Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 58683 Volume 1
\ ( CONTRACT FOR CONFORMED CITY SECRETARY ~ ~ fS 3 GONTRACl NO. ~•-,1,JJ,J 1 o~~-•-....,_- THE CONSTRUCTION OF Village Creek Water Reclamation Facility Digester Mixing, Flares, and Dome Improvements Phase 1 Mattie Parker Mayor VOLUME 1 of2 City Project No. 102652 X-26887 Chris Harder P .E. Director, Water Department Lauren Prieur P .E. David Cooke City Manager Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth September 2022 Hazen and Sawye1· In association with Gupta and Associates Inc JQ Infi·astructure CP&Ylnc. Vic Weir Consulting OFFICIAL RECORD CITY ECRETARY FT. WORTH, TX CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING, FLARE AND DOME IMPROVEMENTS PHASE 1 City Project No. 102652 Division 00 (All Sections) Division 01 (All Sections) Division 02 (All Sections) Division 03 (Section 03 34 13 , 03 34 16) Division 31 (All Sections Except 31 63 29) Division 32 (All Sections) Division 33 (All Sections) Specification Seals Division 40 (All Sections Except 40 06 70, 40 61 00 -40 95 15) Division 43 (All Sections) Division 46 (All Sections) Hazen and Sawyer (Firm Reg istration No . F-13618) CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING, FLARE AND DOME IMPROVEMENTS PHASE 1 City Project No. 102652 Specification Seals Division 03 (All Sections Except 03 34 13 , 03 34 16) Division 04 (All Sections) Div ision 05 (All Sections) Division 07 (Sections 07 91 00 , 07 92 00 ) Div is ion 09 (Section 09 80 00 ) Division 31 (Section 31 63 29) JQ In fra structure Firm Reg istra t ion No . F-7986 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING , FLARE AND DOME IMPROVEMENTS PHASE 1 City Project No. 102652 Specification Seals Division 07 {All Sections Except 07 21 29 , 07 91 00 , 07 92 00 ) Div is ion 08 (All Sections) Division 09 (All Sections Except 09 80 00 ) Hazen a n d Sawye r Firm Re g istratio n No . F-13618 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING, FLARE AND DOME IMPROVEMENTS PHASE 1 City Project No. 102652 Specification Seals Division 07 (Section 07 21 29) CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING, FLARE AND DOME IMPROVEMENTS PHASE 1 City Project No. 102652 Specification Seals Division 23 (All Sections) Hazen and Sawyer Firm Registration No . F-13618 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING, FLARE AND DOME IMPROVEMENTS PHASE 1 City Project No. 102652 Specification Seals Division 26 {All Sections) Gupta & Associates Firm Registration No . F-2593 CITY OF FORT WORTH VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING, FLARE AND DOME IMPROVEMENTS PHASE 1 City Project No. 102652 Specification Seals Division 40 (All Sections Except 40 05 00 -40 06 20 , 40 41 13 , and 40 42 13) Gupta & Associates Firm Registration No . F-2593 City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of8 SECTION 00 00 00 TABLE OF CONTENTS VOLUME 1 Division 00 -General Conditions Last Revised 00 05 10 Mayor and Council Communication 07 /01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 11 /02/2021 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 41 01 Schedule of Sunnliers 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/30/2021 00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021 00 45 11 Bidders Prequalifications 08 /13/2021 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07 /01 /2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 A!!reement 11 /2 3/2021 00 61 13 Performance Bond 07/01 /2021 00 61 14 Payment Bond 07/0 1/2 011 00 61 19 Maintenance Bond 07/01 /2011 00 61 25 Certificate of Insurance 07 /01 /2011 00 72 00 General Conditions 08 /23/2021 00 73 00 Supplementary Conditions 03 /09 /2020 IVIStOn -D" · · 01 G enera IR eqmrements ast ev1se L R . d 011100 Summarv of Work 12/20/2012 01 14 00 Coordination with Owner's Ooerations 012500 Substitution Procedures 07/01 /2011 0129 00 Measurement and Pavment 013119 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01 /2 011 01 32 13 Schedule of Values 08 /2017 013216 Construction Progress Schedule 08/13 /2021 01 32 33 Preconstruction Video 07/01 /2011 01 32 35 Aerial-Photographic Documentation 08/01 /2 017 0133 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 07/01 /2 011 01 50 00 Temporary Facilities and Controls 07/01/2011 01 ~~ ~6 Sa:eet Yse PeFmit aRe MeeifieatieRs te +faffie GeRtfel 0Jn~,1~0~1 01 57 13 Storm Water Pollution Prevention Plan 07 /01/2011 015813 Temporary Project Signage 07/01/2011 CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. I 02652 Revised March I I , 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of8 01 60 00 Product Requirements 12/20/2012 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and R emobilization 11 /22 /2 016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 017500 Startin!! and Adiustin!! 017600 Asset Manaeement 017719 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project have been bolded and underlined; all hard copies are included in the Project's Contract Documents ff . . 02 E . ti C d"f IVlSIOD -XIS 02 on I JOOS as ev1se L tR . d 02 41 00 Demolition 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 T T.:1 :.._ n ______ 1/A1 ,.I ·-12/20/2012 -~ -~· 02 41 15 Pav ing Remova l 02/02/2016 02 4116 Demolition and Removal of Existin!! Structures and Eauinment 02 50 00 Asbestos Remediation 02 5613 Dieester Cleanine Division 03 -Concrete 03 11 00 Concrete Formine 03 15 00 Concrete Accessories 03 20 00 Concrete Reinforcine 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 60 00 Groutine 03 74 00 Modifications To Existin!! Concrete 03 &o oo "" .l'.+'; .. ,,.. +-..-.. T"'.' • -•· r c ..... ..... 12/20/2012 --~ --.,.., -,..., .. -·-......... - 03 93 00 Concrete Reoair and Rehabilitation Division 04 -Masonry I 04 01 20 I Brick Masonry Repair Division 05 -Metals 05 05 33 Anchor Svstems 05 12 00 Structural Steel Framine 055013 Miscellaneous Metals Fabrications 05 53 16 Aluminum Gratin!! and Checkered Plates CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTR UCTION SPECIFICATION DOCUMENTS City Proiect No . 102652 Revised March I I , 2022 00 00 00 STANDARD CONSTRUCTION SPEC TFI CATJ ON DOCUMENT S Page 3 of8 Division 07 -Sealants 07 13 so Wateroroofinl! 07 21 00 Buildinl! Insulation 07 21 29 Di!!ester Dome Insulation 07 52 00 Built-Un Bituminous Roofinl! 07 60 00 Flashinl! and Sheet Metal 07 70 00 Roof Soecialties and Accessories 07 91 00 Preformed Joint Seals 07 92 00 Joint Sealants D" . . 08 0 IVISIOn -menm!!s 081116 Aluminum Doors and Frames 08 5113 Aluminum Windows and Frames 08 71 00 Finish Hardware 08 80 00 Glass and Glazin!! Oivisinn 09 Fini.,lw~ 09 65 00 Resilient FloorinP: 09 80 00 Concrete Protective CoatinP:s-Comoosites 09 90 00 Paintinl! 09 96 60 Polvurethane MIC Coatin!!s Division 23 -Heatim!. VentilatinP:. and Air Conditionin2 (HVAC) 23 00 00 Basic HV AC Reouirements 23 05 93 HV AC Testin!!. Adiustin!!. and Balancin!! 23 07 00 HV AC Insulation 23 09 01 HV AC Automatic Temperature Controls 23 23 00 RefriP:erant Pioin!! 23 3113 Metal Ducts and Duct Accessories 23 34 00 HVAC Fans 23 64 00 PackaP:ed Water Chillers 23 74 00 PackaP:ed HV AC Eouioment VOLUME2 Division 26 -Electrical 26 00 00 Electrical -General Provisions 26 0513 Medium Volta!!e Cables 26 05 19 Low-Volta2e Wires and Cables 26 05 26 Groundinl! and Bondinl! Svstem 26 05 29 Electrical Suooort Hardware 26 05 33 Racewavs. Bo xes. Enclosures and Fittin2s 26 05 36 Cable Trav 26 05 43 Under2round Svstem 26 05 so NEMA Frame Induction Motors. 600 Volts and Below CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dom e Impro vem ents Phase I STANDARD CONSTRUCTION SPECTF ICA TION DOCUMENTS Citv Proiect No. 102 65 2 Revised March I I , 2022 26 05 73 26 12 19 26 13 22 26 22 13 26 24 16 26 2419 26 25 01 26 2713 26 27 26 26 28 16 26 29 23 26 29 86 26 29 87 26 36 23 26 41 00 26 4119 26 4313 26 50 00 00 00 00 STANDARD CONSTRUCTION SPECI.FICATION DO CUM ENTS Page 4 of8 Power Svstem Studv Ver.9 Pad Mounted Transformers Medium Volta!!e Sealed Deadfront Distribution Switch!!ear Distribution Drv-Tvoe Transformers Panelboards Low Volta!!e Motor Control Centers Low Volta!!e Metal-Enclosed Feeder Bus Duct Ver.6 Power Meterin!! and Protective Relavs Li!!ht Switches and Receotacles Low Volta~e Enclosed Circuit Breakers and Disconnect Switches Low Volta!!e Variable Freauencv Drives Mechanical Eauioment Control Panels lMECPs) Electrical Contractor Provided Control Panels (ECPs) Low Voltai!e Enclosed Automatic Transfer Switches Li!!htnin!! Protection Svstem Electrical Demolition Low Voltai!e AC Suri!e Protective Devices (SPDs) Li!!htin!! Svstem Division 31 -Earthwork 310001 Earthwork 31 10 00 Site Clearing 03 /22 /2021 31 23 16 Unclassified Excavation 01 /28 /20 13 31 23 23 Borrow 01 /28/2013 31 23 24 Flowable Fill 3 l 24 QQ eff!eaale:tH!RtS Q l,12 &,l2Q I J 31 25 00 Erosion and Sediment Control 04 /29/2021 3 I 36 QQ GaeieRS I 2,l2Q ,l2Q I 2 3 l 3::;z QQ ~ I 2,l2Q ,l2Q I 2 31 63 29 Drilled Concrete Piers D" . . 32 E t . I IVISIOn -x enor t mprovemen s 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 QI 18 'T" ·-· A __ 1 I• TI ---~-~ n --l 2,l2Q,l2Q 12 . --•J • . . -.,, 32 01 29 Concrete Paving Repair 12 /2 0/2012 32 11 00 Surface Restoration 32 11 23 Flexible Base Courses 12/20/2012 321129 Lime Treated Base Courses 12/20/2012 32 11 33 GemeHt +featea Base Getifses Qe,IIQ,£2Q22 32 11 3::;z T . ·,1 T ·--L .l C,_'.1 ~ .L·1 · Q&,Ql,QQ15 .. - 32 12 16 Asphalt Paving 12/20/2012 32 12 +3 A -.1 IL D r, ·--'-" _, 12,l2Q ,l2Ql2 • •u ................ -•u 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12 /09/2021 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 n_;_t T T ·n ._ __ l2,l2Q /W12 -· -. -.... CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I ST A ND ARD CONSTR UCTION SPECIFICATION DOCUMENTS City Proiect No. I 01651 Revi sed March I I , 2022 32 16 13 32 17 23 32 17 25 32 31 13 32 31 26 32 31 29 32 32 13 32 90 00 32 91 19 32 92 13 32 92 14 32 93 43 00 00 00 STANDARD CONSTRUC TI ON SPEC IFICATION DOCUMENTS Page 5 of 8 Concrete Curb and Gutters and Valley Gutters 06/10/2022 On L J.,f _, ~ ........ ,... 06 /10/2022 ·-. r, .I. A .J .J ____ 0-• ·--11 ,104 120n ----~~. ,,.., GhaiA l<eAees aRa Gates 12/20/2012 WiFe l<eAees aRa Gates l2,Q 0/2012 Weed l<eAees aAa Gates 12/20/2012 r'--L •-OJ ___ r" -n ,_, __ "'-"-06/05 /2018 ·-.,.., - Final Gradin2 and Landscapine 'T' '.1 Din n L .J c:_:_1... .C' D nn ~ ,n, D • I n+ 03/11 /2022 . -... --... -··-.a .. ,.., '-' ... --. , __ . .._ ..,,.. ..... u <'-.Jrl'.--05 /13 /2021 .,.., ,.., .._ T n r, , . -05 /13 /2021 . -. - +Fees aRa 8hF1:10s 12/20/2012 Division 33 -Utilities 33 01 30 C'n, ,,I J.,fn l,nl n 'T' 9/07/2018 --·..,,,-. ·-. ---- 33 01 31 r,1 -.J r,· __ '.L 'T'.-I__ • -• -fr'r''T''\1, T_n C' ~ ... ,_ C' 03/11 /2022 -. -~ -. , .. -~ --· 33 01 32 r,' . .J r"'.-n ,:♦ 'T'nln ,:_• / r"r"'T''\ n T ----r, n. ·-03 /11 /2022 -, .. ·-,--.. .. -. .. --·-··· 33 03 10 D •-n nn n. . ·~ -+C • .L • C' C'. •n 12/20/2012 ~ . ,., ---·---.,., -....,, r ------- 33 04 10 fn'.-+ n _.J·_ n-.J C l -~. ,n 1 T--'-•"-12 /20/2012 ~-.. -.• ,.., -... ·-,&_,I ... ·- 33 04 11 GeFFesieA GeAtf:el +est 8tatieAs 12/20/2012 33 04 12 J.,f_ A ~-r, ,I ,._ -C" 12 /20/2012 . ... ·-·-.. ---- 33 04 30 Temporary Water Services 07 /01 /2011 33 04 40 r-'1 • •~ n .J A 'T' , __ .C n T ll>An '.--02 /06/2013 - _.,_ .. ----,,.., --------"~ 33 04 50 r'I . ___ .co · --03/11 /2022 -. ~ 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04 /02 /2021 33 05 12 \1 / r . I 12/2 0/2012 " -.. ,,., 33 05 13 C-n r'--,,I r..-.J D ~ ........ ,., 12/09/2021 "-....... -, -· -···-........ au., 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to 03 /11/2 022 Grade 33 05 16 GeAeFete l.lJateF ¥m:tlts 12/20/2012 33 05 17 GeAeFete GellaFs 03 /11 /2022 33 05 20 A n ·--12 /20/2012 I. .. ____ ------- 33 05 21 +HARel biReF Plate 12/20/2012 33 05 22 r, .1 r,_ . -n, __ 12 /20/2012 -. 33 05 23 fl ~ 'T'. .1 : __ 12/20/2012 . . -· 33 05 24 T-11 .c r, n: ;_ r'n --'T'. ·-1 r · 01 06 /19/2013 ... --· . ·-... ·r---••• ............... _._._ -. 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 05 61 Utility Structures 33 ll 05 Belts, ~hits , aRa Gasl~ets 12 /20/2012 33 11 10 n. ·1-• n: 12 /20/2012 --u . 33 l l l l n L'.1n f c:++=---09/20/2017 ~ ·-u . 33 11 12 "·'-·-·=-.1 01..1 __ , /0'\ fr'\ " -~-·--T'I." 11/16/2018 . -... . -.. ..... ._ .......... 33 11 13 r, -n· Dn-\1 /-n .J C' I 0 •. 1 • _.. __ 'T' • 12 /20/2012 --. ·-..,/-·-..IL ' . -, J. ·J 33 11 14 n __ ._.J,., .1 .... .Jr:~· 12/20/2012 --· -. ... 33 12 10 l.lJateF 8ePt•iees l iAeh te 2 iAeh 02,q 4/2017 33 12 11 T ·---\lf n•--~ A -•--12/20/2012 ~ C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STAN DARD CONSTRUCT ION SPECIFICATION DOC UMENTS Citv Proiect No. /02652 Revi se d Marc h 11 , 2022 33 12 20 33 12 21 33 12 25 33 12 30 33 12 40 33 12 50 33 12 60 33 31 12 33 3 1 13 33 31 15 33 31 20 33 31 21 33 31 22 33 31 23 33 31 50 33 31 +0 33 39 10 33 39 20 33 39 30 33 39 40 33 39 60 33 41 1() 33 41 11 33 41 12 33 4 1 13 33 46 00 33 46 01 33 46 02 33 49 10 33 49 20 33 49 40 n• .. !-•--~A -· .. - 3 4 41 1() 34 41 10.01 34 41 10 .02 34 41 10 .03 34 41 11 34 41 13 34 41 20 34 41 20 .01 34 41 20.02 34 41 20.03 34 4130 34 41 50 34 +l 13 00 00 00 ST AN DARO CONS TRU CTION SPECIF ICATION DOCUM EN TS Page 6 of8 R esilieAt Seatea Gate Val¥e Q§f Qe ,120 I§ A \l TU / A D .Lt C -' D . -~-,,_,_ ()4,123,12()19 . . ------ r, -'--c .... ·-.. ~-.-\1 /-'---._,._. Q2 fQe /20l3 -·-,,., . ·-·- r, .L'.--• A:_ ,,_1 -A --LI '--c __ n LL \l /-• -C, -•-.n 12,120 /2012 -·-· ... ---...... ,_..., ...... . -·--,u C'' '' A--QI /Q3,l2Q 14 a••-a.a..1 -•-•111,.i..J U T C .-1 -C .· 12,12()/2012 ·- r, .J nl _cc ,,_, A n-,I.I. Oe/1912013 -.. -·· -· -- r, I'.-nl n · ,r,rnn, 12,12()/2012 --· . . '---· . C''I 1---D -' ,. ., n : ,. r, .:~ c, __ • ·-c, __ I 2,12()/2012 . ,.,. ··--. --·-,. -·- LI' .l r\ :. n .I. ,I ,I /UT'\DU"\ n • .C' C--. -C, ()4,123 /2019 . ,._,_..,..., ... _ . -· ,. ·-· ·-\& . -. - ,... I .. '-· I r"'LI • I f n,rr,\ r-, __ .:.._ c, __ :._ __ c,_ ·--n · -Qe,119 /20I3 . -· -·-· ,. ---"J ---· . PolyviAyl Ch loride (PVC) C losea Profile GraYit)' SaAitaF)' Sewer 12 /20/2012 P-tf)e C C C l '.-T :-·--12 /2(),12() 12 --····-·J ---& ._, 1p -•t-, C C n · r I 12 /20 ,12 ()12 -· . -.. c, __ ~ .. -C -C, r, --,,.IC r . Q4/2e,l2Ql3 -· --. --·- r, L '.-•--A '-,1_1 ,_ r c, __ • C -~ Jls,f -. __ 12 /20,12() 12 ,. ___ .. -· ---· --_ .. &. ..... Cast iR Plaee CoRerete MaRholes 12/20 /2012 Preeast CoRe rete MaRholes 12/20 /2012 ,..,. ---,.,. __ , 1 --12,12 Q/20 12 . ,.,. ··-··· "1 A --r"'L I ·-/U T Ar"'"\ 12,120/2012 ·-----~ ,...,_ & --J r . .C'. C--, C r, ()4,129 /2021 -..... ------- D n' r __ .Jr,_ c,, __ c, -·---n· -Jr, •• I. ~ 07 /Ql /20I I --·-, .. -• ·r ---· ·- ff ' •n. -'.'-n 1 I .1 _ H mnr,, n· __ r C, n--·-I 2,120/2012 . &. ..... J -,. -• ·r --n _· r --I,... I. ,I .I _ ,en,...~, n : 11 /13 /201§ ··--. --·-. n I .I n· .C' C•-n ·-4/()2 ,12()2 1 .L '-''Jt-'•....,,pJ ·--L •■---• __ ..., aal. -•-•-• C L .J 12/20 /2012 ----- Slottea Storm 9raiRs 07 /01 /201 I +reReh 9raiRs 07 /Qi,120 I I Cast iR Plaee MaRholes aRa J1:metioA Bo*es 12/20 /2012 r,_ ,_L --.J n. -l-1 ()3 ,1 11 /2022 --· ............. --..... c,,_ n. ·--TT I •~ 11 -.J n ,· ___ -"-07 /Ql /20I l -·-· . -··-.,., -- ...., __ -· r 'T' ,.,-_ c· -•-()3 /11 /2022 . -· --,_ AttaehmeRt A CoRtfoller CaeiRet l2,IJ&/20l i A ....._ __ 1 .L n r, "--c, ___ :c: ()2 /2012 -- A _, r, C, fl. C ·~ Q 1,12() 12 --·--·· 'T' -'T'. =-c · ,n l n 11/22,12 ()13 • -· ·r--· ....... .J & ·---·-._, D --. __ 'T'. r-r-_ c,• _,_ 03/11 /2022 -- n .J TII •. -'.-'~-A n .LI ' 12/20/2012 . -J ----. . A IT e n D .J ,n, r ,_, __ Oe/1§/201§ .. ·------• .. -- C' r en n --·--T ---Oefl§/20I§ .. -J --- n '.J IJC'J"'\Dnn-' ,n r ·-·--Oe/1§/20 I § -----.. , ... -- Al .:-·-c· 11/12,12()13 . -·- C'.--1 -1',< .,_ c:• ✓-\ :_ r"'-LI -Q2 /2e /20Ie -.,., -. -----■--- +raffie CoRtro l 03 /22 /2021 CITY OF FORT WORTH Vi llage Creek WR F, Digester Mixing, Flare and Dome Improvements Phas e I STANDARD CONST RUC TION SPEC IFICAT ION DO CUMEN TS Citv Proiect No. /02652 Revised March 11 , 2022 00 00 00 STANDARD CONSTR UCTION SP ECIFICATION DOCUMENTS Page 7 of8 Division 40 -Process Interconnections 40 05 00 Basic Mechanical Requirements 40 05 07 Pipe Supports 40 0519 Ductile Iron Pipe 40 05 24.13 Steel Pipe for Di2ester Gas Service 40 05 31 PVC/CPVC Pipe 40 05 33 Hi2h Densitv Polyethylene ffiDPE) Pipe 40 05 41 Pipin2 Expansion Compensation 40 05 51 Valves, General 40 05 57 Valve Operators and Electric Valve Actuators 40 05 62 Plu2 Valves 40 05 63.00 Ball Valves 40 05 64.00 Butterfly Valves 40 05 65.23 Check Valves 40 05 68.13 PVC and CPVC Valves 40 05 68.23 Miscellaneous Valves 40 05 97 Pioinl! and Eauipment Identification Svstems 40 06 20 Process Pipe, Valve, and Gate Schedules 40 06 70 Process Instruments Schedule 40 4113 Heat Tracin2 Systems 40 42 13 Insulation 40 6100 Process Control Systems General Provisions 40 61 21 Process Control Svstem Testin2 40 6126 Process Control Systems Trainin2 40 6196 Control Loop Descriptions 40 62 63 Operator Interface Terminal 40 63 00 Pro2rammable Lo2ic Controller 40 67 00 Instrumentation Control Panels 40 68 60 Application Services 40 70 50 Instrumentation Support Hardware 40 7100 Flow Instrumentation Equipment 40 72 00 Level Instruments 40 73 00 Pressure Instruments 40 74 00 Temperature Instruments 40 75 00 Analytical Instruments 40 78 00 Panel Mounted Control Devices 40 95 15 lnput-Outout List Division 41 -Material Processin and Handlin ment 41 22 00 Portable Davit Crane Division 43 -Process Gas and Li uid Handlin Purification 43 20 00 Porn s General 43 23 19 Horizontal Centrifu CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I ST AND ARD CONSTRUCTION SPECTFTCA TION DOCUMENTS Citv Proiect No. I 02652 Re vised March I I , 2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of8 D" . . 46 Wt IVISI0n -a er an dW astewater E ,qmpmen t 46 00 00 46 7319 46 73 22 46 73 23 46 73 36 Appendix GC-4 .01 GC-4.02 GC-4.04 GC-4 .06 GC-6.06.D GC-6.07 GC-6.09 GC-6.24 GR-016000 Eouioment General Provisions Dieester Gas Safetv Eouioment and Flares Hvdroeen Sulfide Removal Vessels Refrieerative Dieester Gas Drvers Pumned Dh!·ester Mixine Svstem Availability of Lands: None Subsurface and Physical Conditions Geotechnical Investigation New Digester Mixing Flare and Dome Improvements, Dated September 19, 2022 by Alliance Geotechnical Group Subsurface Utility Exploration by CPY, Dated November 16, 2021 Subsurface Utility Exploration by Criado & Associates Underground Facilities: None Hazardous Environmental Condition at Site Comprehensive Asbestos and lead Survey Dated August 31 , 2022 by Industrial Hygiene and Safety Technology , In c. Minority and Women Owned Business Enterprise Compliance MBE Good Faith Effort Form MBE Joint Venture Form MBE Prim e Contractor Waiver Form MBE Special Instru ctions Form MBE Subcontractor Supplier Utilization Form Wage Rates Wage Rate Table Permits and Utilities: None Nondiscrimination: None Product Requirements Standard Products list END OF SECTION CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 102652 Revi sed March I I , 2022 City of Fort Worth, Texas Mayor and Council Communication DA TE: 12/13/22 M&C FILE NUMBER: M&C 22-1046 LOG NAME: 60VCWRF DIGESTER MIXING-FLARE-DOME IMPROVP1-EAGLE&HAZENS SUBJECT (CD 5) Authorize Execut ion of a Contract with Eagle Contracting , LLC . in the Amount of $39 ,773 ,000 .00 for the Village Creek Water Reclamation Facility Digester Improvements Project , Authorize Execution of Amendment No . 2 in the Amount of $1,047 ,260.00 to an Engineering Agreement with Hazen and Sawyer, Inc. for the Village Creek Water Reclamation Facility Digester Improvements Project , Provide for Total Project Costs in the Amount of $44 ,180,804.00 , Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council : 1. Authorize execution of a contract with Eagle Contracting , LLC. in the amount of $39 ,773 ,000 .00 for the Village Creek Water Reclamation Facility Digester Improvements project (City Project No. 102652); 2 . Authorize execution of Amendment No . 2 in the amount of $1,047 ,260.00 to an engineering agreement with Hazen and Sawyer, Inc. for construction assistance services for the Village Creek Water Reclamation Facility Digester Improvements project (City Project No . 102652) for a revised contract amount of $3,304,146.00; 3 . Adopt the attached resolution expressing official intent to reimburse expenditures with proceeds from future debt for Village Creek Water Reclamation Facility Digester Improvements project ; 4. Adopt the attached appropriation ordinance adjusting appropriations in the W&S Commercial Paper Fund by increasing appropriations in the Village Creek Water Reclamation Facility Digester Improvements project (City Project No. 102652) in the amount of $25,000,000.00 and decreasing appropriations in the W&S Commercial Paper project (City Project No . UCMLPR) by the same amount to effect a portion of Water's Contribution to the Fiscal Years 2023-2027 Capital Improvement Program ; and 5. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water/Sewer Gas Lease Cap Proj Fund in the amount of $16 ,7 63 ,858 .00 , from available funds, for the purpose of funding Village Creek Water Reclamation Facility Digester Improvements project (City Project No . 102652). DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize execution of a contract with Eagle Contracting , LLC . in the amount of $39 ,773 ,000 .00 for the Base Bid plus Alternates 1 and 2 for the Village Creek Water Reclamation Facility (VCWRF) Digester Improvements project (City Project No . 102652) and execution of Amendment No. 2 to City Secretary Contract No . 54683 in the amount of $1 ,047 ,260.00 , an engineering agreement with Hazen and Sawyer , Inc., for construction support services for VCWRF 's Digester Improvements project (City Project No. 102652) for a revised contract amount of $3 ,304 ,146.00. On September 22 , 2020 , M&C 20 -0701 , the City Council authorized an engineering agreement with Hazen and Sawyer, Inc., (City Secretary Contract No . 54683), in the amount of $920 ,150.00 for the evaluation and design of improvements to the digester mix in g systems , digester gas flares , and digester domes at the VCWRF . The agreement was subsequently revised by Amendment No . 1 in the amount of $1 ,336,736 .00 , authorized on August 17 , 2021 , by M&C 21-0585 , to design improvements to the digester gas treatment and conveyance , refurbishment of the turbine gas compressors and upgrades to supporting electrical systems. As part of Amendment No. 2 , Hazen and Sawyer, Inc. will provide additional design services to break out a bid package for Phase 1 of construction and to provide construction assistance services that consist of technical assistance , site visits , and coordination among the four projects that will allow digester gas to be utilized as a supplemental fuel source for the new biosolids dryer at the VCWRF Biosolids Management and Beneficial Reuse Facility . The project was advertised for bid on September 29 and October 6, 2022 , in the Fort Worth Star-Telegram . On November 10, 2022 , the following bids were received : · Base Bid+ Base Bid+ Base Bid+ Base Bid+ Contract Bidder Total Base Bid Alternates 1 & Alternates 1, 2 Alternates 1, 2, Alternate 1 2 &3 3&4 Time Eagle 1,oss I Contracting , $36 ,925 ,000 .00 $38 ,850 ,000.00 $39,773,000.00 $39 ,919 ,000 .00 $40 ,358 ,000 .00 Calendar LLC Days Thalle Construction $52 ,146 ,430 .00 $54 ,744 ,300 .00 $55 ,589 ,300.00 $55 ,599 ,300 .00 $55 ,715 ,000.00 Company , Inc. *Staff recommends award of contract for Base Bid + Alternates 1 &2 , which consists of base bid , additional digester improvements (Alternate 1 ), and electrical transformers switchgear improvements (Alternate 2). In addition to the contract cost , $625 ,414 .00 is required for project management and inspection, and $318,184.00 is provided for project contingency. This project will have no impact on the Water Department's operating budget when complete . It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence , additional funding needs are identified , and to comply with bond covenants. The actions in the M&C will amend the City of Fort Worth 's Fiscal Year 2023-2027 Capital Improvement Program as follows: 60VCWRF DIGESTER MIXING-FLARE-DOME IMPROVP1-EAGLE&HAZENS Capital Project FY2023 CIP Budget Change Revised Authority FY2023 Fund Name Name Appropriations (Increase/Decrease) Budget 56021 -102652 -W&S Digester $0.00 This M&C $25 ,000 ,000 .00 $25 ,000 ,000.00 Commercial Paper Improvements 53004-102652 -Water/Sewer Digester $0.00 This M&C $16 ,763 ,858 .00 $16 ,763 ,858.00 Gas Lease Cap Project Improvements This project is anticipated to be included in a future revenue bond issue for the Water & Sewer Fund . Available cash within the Water and Sewer portfolio and the City 's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until the debt is issued . Once debt associated with this project is sold , bond proceeds will be used to reimburse the Water and Sewer portfolio and the City 's portfolio in accordance with the attached reimbursement resolution . Under federal law , debt must be issued within approximately three years in order for these expenses to be reimbursable . Adoption of the attached resolution does not obligate the City to sell bonds but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. Funds are currently available in the Water/Sewer Gas Lease Cap Project Fund for the purpose of funding the VCWRF 's Digester Improvements project. Funding for the Digester Improvements project is depicted below : FUND &S Rev Bonds Series 2021 - Fund 56019 W&S Rev Bonds Series 2022 - Fund 56020 W&S Commercial Paper-Fund 56021 roject Total I* $1,020 ,150 .00 $0 .00 $1 ,020 ,150 .00 $1,396 ,796 .00 $0 .00 $1 ,396 ,796 .00 $0 .00 $16 ,763 ,858 .00 $2,416 ,946 .00 $41 ,763 ,858 .00 *Numbers rounded for presentation purposes . Waiver of Building Permit Fee -In accordance with the City Code of Ordinances , Part II, Chapter 7-1 Fort Worth Building Administrative Code, Section 109 .2.1 , Exception 2 ; "Work by non-City personnel on property under the control of the City of Fort Worth shall be exempt from the permit fees only if the work is for action under a contract that will be or has been approved by City Council with notes in the contract packages stating the fee is waived ." Business Equity -EAGLE - A waiver of the goal for Business Equity subcontracting requirements was requested , and approved by the DVIN , in accordance with the applicable Ordinance , because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. Business Equity -Hazen Sawyer -Hazen and Sawyer, Inc . agrees to maintain its initial M/WBE commitment of 33 percent that it made on the original agreement and extend and maintain that same M/WBE commitment of 33 percent to all prior amendments up to and inclusive of this Amendment No . 2. Therefore Hazen and Sawyer, Inc. remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company . The project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/ CERTIFICATION: The Director of Finance certifies that funds are currently available in the W&S Commercial Paper project within the W&S Commercial Paper Fund and in the Unspecified-All Funds project within the Water/Sewer Gas Lease Cap Proj Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinances , funds will be available in the W&S Commercial Paper Fund and the Water/Sewer Gas Lease Cap Proj Fund for the Digester Improvements project to support the approval of the above recommendations and execution of the contract and amendment to the agreement. Prior to an expenditure being incurred , the Water Department has the responsibility of verifying the availability of funds . Submitted for City Manager's Office by: Dana Burghdoff 8018 Originating Business Unit Head: Chris Harder 5020 Additional Information Contact: Suzanne Abbe 8209 Expedited 60VCWRF DIGESTER MIXI 'G-FLARE-DOME IMPROVPI-EAGLE&HAZENS FID Tab le FIDs (Budget} Rec# Fund Dept# Account Project Activity Budget CF 2 Program Amount Purpose Xfer ID Year 5 56021 0600430 UCM LPR 2023 $ (25,000,000.00) 5 56021 0700430 102652 2023 $ 25,000,000.00 3&4 53004 0700430 4623001 102652 2023 $ 4,200,273.04 3&4 53004 0700430 4623004 102652 2023 $ 9,051,527.98 3&4 53004 0700430 4953003 102652 2023 $ 2,334,052.95 3&4 53004 0700430 4956001 102652 2023 $ 1,005,300.17 3&4 53004 0700430 4611010 102652 2023 $ 172,703.86 5 53004 0700430 102652 2023 $ 16,763,858.00 FIDs (Actual) Rec# Fund Dept# Account Project Activity Budget CF 2 Program Amount Purpose Xfer ID Year 3&4 53004 0600430 4623001 UNSPEC UN1400 2016 $ 842,663.08 3&4 53004 0600430 4623001 UNSPEC UN1400 2017 $ 135.56 3&4 53004 0600430 4623001 UNSPEC UN1400 9999 $ 3,357,474.40 3&4 53004 0600430 4623004 UNSPEC UN1400 9999 $ 9,050,719.58 3&4 53004 0600430 4623004 UNSPEC UN1400 $ 808.40 3&4 53004 0600430 4953003 UNSPEC UN1400 9999 $ 56,774.96 3&4 53004 0600430 4953003 UNSPEC UNSPEC 2016 $ 214,663 .00 3&4 53004 0600430 4953003 UNSPEC UNSPEC 9999 $ 2,062,614.99 3&4 53004 0600430 4956001 UNSPEC UN1400 9999 $ 1,005,300.17 3&4 53004 0601000 4611010 UNSPEC UNSPEC 2016 $ 3,885.40 3&4 53004 0601000 4611010 UNSPEC UNSPEC 2017 $ 1,237.95 3&4 53004 0601000 4611010 UNSPEC UNSPEC 9999 $ 167,580.51 3&4 53004 0700430 4623001 102652 UNSPEC 9999 $ (4,200,273.04) 3&4 53004 0700430 4623004 102652 UNSPEC 9999 $ (9,051,527.98) 3&4 53004 0700430 4953003 102652 UNSPEC 9999 $ (2 ,334,052 .95) 3&4 53004 0700430 4956001 102652 UNSPEC 9999 $ (1,005,300.17) 3&4 53004 0700430 4611010 102652 UNSPEC 9999 $ (172,703 .86) FIDs (REVENUE or EXPENSE -No KK or GL Entries Needed} Rec# Fund Dept# Account Project Activity Budget CF 2 Program Amount Purpose Xfer ID Year 3&4 53004 0700430 5110101 102652 001780 9999 $120,274.00 Staff Costs -Construction 3&4 53004 0700430 5110101 102652 001785 9999 $400,912 .00 Staff Costs -Inspection 3&4 53004 0700430 5550102 102652 001780 9999 $4,000.00 Public Outreach (Sally) 3&4 53004 0700430 5740010 102652 001780 9999 $318,184 .00 Project contingencies 1 53004 0700430 5330500 102652 001730 9999 $1,047,260.00 To Pay Enginnering Company 2 53004 0700430 5740010 102652 001780 9999 $14,773,000.00 To pay contractor 2 56021 0700430 5740010 102652 001780 9999 $25,000,000.00 To pay contractor 3&4 53004 0700430 5310350 102652 001784 9999 $80,182.00 Soil Lab -TPW Staff Costs 3&4 53004 0700430 5330500 102652 001784 9999 $20,046.00 Soil Lab -Consultant I 53004 2060000 102652 RETAIN Combo Code CITY OF FORT WORTH, TEXAS WATER DEPARTMENT VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING, FLARE AND DOME IMPROVEMENTS PHASE 1 CITY PROJECT NO. 102652 ADDENDUM NO. 1 Addendum Issue Date: October 27, 2022 Bid Opening Date: November 10, 2022 This Addendum forms part of the Bid Documents and modifies the Specifications and Drawings as noted below. Acknowledge receipt of the Addendum in the space provided on the Bid Proposal. Failure to acknowledge receipt of the Addendum may subject the Bidder to disqualification. This Addendum consists of 55 pages , including attachments. A. SPECIFICATIONS 1. Section 00 42 43 PROPOSAL FORM Replace section 00 4.2 43 PROPOSAL FORM with the attached Section 00 42 43 PROPOSAL FORM. 2. Section 00 73 00 -SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS The Village Creek WRF Digester Mixing, Flare and Dome Improvements project has significant portions of work (flare system and H2S removal/gas dryer system) that are scheduled to be completed in a little over a year of a 3-year project (see Milestones in the Agreement). Fort Worth is making changes to the General Conditions to allow the maintenance bond time to begin at Partial Util ization of the portion of work as described below. a. Supplement paragraph 5.02 .B by adding the following: As each of Milestone 1 and 2 (as defined in the Agreement) are completed to the point where the Partial Utilization of each facility is made, the two year maintenance period for that Work shall commence . b. Replace paragraph 6.20 D in its entirety with the following: "D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of written notice of Partial Utilization of the Milestone(s) 1 and 2 Work as well as from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02 .B. The City will give notice of observed defects with reasonable promptness ." CITY OF FORT WORTH WATER DEPARTMENT October 26, 2022 DIGESTER MIXING, FLARES , DOME IMPROVEMENTS City Project No . 102652 Page 1 or 12 Addendum No. 1 3. Section 02 50 00 ASBESTOS REMEDIATION Add this section to the Table of Contents and to the Specifications. 4. Section 07 21 29 DIGESTER DOME INSULATION a. Replace paragraph 2,01, A, 1 in its entirety with the following: 1. Acrylic roof pr imer, Thermo-Prime Black by Huntsman Building Solutions or by Gaea, Firestone Building Products. b. Add the following paragraph 2.01, A , 4: 4 . Polyurethane foam, Aliphatic polyurethane coating and silicone-based wa!k pad as manufactured by Huntsman Building Solutions . c. Replace paragraph 2.02, E in its entirety with the following : "E. The annular space between the s~irl plate and the tank wall shall be filled with 2-inches wide and 24-inches deep of oakum/backer rods tamped firmly in place and suppqrled by bottom ring of skirt plate . The silicone based sealant material shall be poured on top of the oakum/backer rods . The seal shall prevent gas from escaping from under the cover against a pressure of 15 inches water column." 5 . Section 09 96 60 POLYURETHANE MIC COATINGS Delete paragraph 1.01, 8 .2., in its entirety. 6 . Section 23 64 00 PACKAGED WATER CHILLERS a. Add the following text to the end of paragraph 2.01, K.: "Chiller shall include a motorized valve or similar means with corresponding controls to ,;1utomatically stop cooling water flow when the chiller i~ not running. b. Replace paragraph 2.01 , U.9 . with the following: "8. With variation of +/-10% of design flow per minute, chiller shall be able to maintain +/-5 degrees F leaving water temperature control. Variations in the primary flow allow for optimal system efficiency, but the chiller must be able to maintain temperature control." 7 . Section 26 13 22 MEDIUM VOLTAGE SEALED DEADFRONT PAD -MOUNTED DISTRIBUTION SWITCHGEAR a. Add the following paragraph 2 .0.3.D.4.d.2 .: "2) A tin-plated copper ground bus shall ext~nd through the length of the switchgear endosure. The grouhd bus shall have sufficient space and provisions for grounding all cable as shown on the Drawings ." CITY OF FORT WORTH WATER DEPARTMENT Oclober 26 , 2022 DIGESTER MIXING, FLARES. DOME IMPROVEMENTS City Projecl No . 102652 Page 2. of 12 Addendum No. 1 8 . Delete paragraph 2.03 .D.6 .g in its entirety. 9 . Delete paragraphs 2.03 .H.2., 3 ., and 5. in their entirety . 10. Delete paragraph 2.03 .1. in its entirety. 11. Delete paragraphs 2.03 .K.1 . and 2 . in their entirety . 12 . Replace paragraph 2.03 .K.3 . with the following: "3. Provide Remote Low-Pressure Alarm-including interna l contact for remote low-pressure indication with wiring to outside of tank with wires routed to terminal blocks in the cable compartment." 13 . Replace paragraph 2.03.K.4 . as follows: "4 . All ways shall be provided with auxiliary contacts for remote position indication with wiring to outside of tank with wires routed to terminal blocks in the cab le compartment." 14. Replace paragraph 2.04 .A.2 . with the following : "2 . To guard against corrosion caused by extremely harsh environmental conditions , the hermetically sealed tank shall be made of Type 316 stainless stee l." 15 . Section 33 11 05 BOLTS, NUTS , AND GASKETS Delete section in its entirety. 16. Section 40 05 24.13 STEEL PIPE FOR DIGESTER GAS SERVICE In paragraphs 2.01, B ., 2 .01, B.4 ., 2.01, B.6., and 2.01, I., replace all references to "316L" with "304L". 17 . Section 40 05 33 HIGH DENSITY POLYETHYLENE (HOPE) PIPE a. In paragraph 2.01, A., replace the corresponding text as follows :: "A. The pipe shall be IPS and shall be manufactured from Type Ill, Category 5, Class C, Grade P34 polyethylene resin in accordance with ASTM D 1248 and shall be SDR11, minimum. The pipe shall be manufactured in accordance with ASTM F 714 and shall conform to cell classification PE 445574C for PE 4710 per ASTM D 3350. The pipe material shall conform to the follow ing cell classification requirements :" Revise "Density 0.955 -0.964 gm/cm 3" Revise "Flexural Modular 110,000 -160,.000 psi" Replace "ESCR Fo>5000 D 1693" with "PENT Fo>500 hrs F-1473" b. In paragraph 2.01 , E., replace "ASTM D-2657 " with "ASTM F-2620 ". CITY OF FORT WORTH WATER DEPARTMENT October 26, 2022 DIGESTER MIXING , FLARES , DOME IMPROVEMENTS C ity Project No . 102652 Page 3 of 12 Addendum No . 1 c. Add the following text at the end of paragraph 2.01, G.: "Back-up flange rings, mechanical compression couplings, stiffeners , and associated hardware shall be of Type 304 stain less steel or higher alloy ." 18. Section 40 42 13 INSULATION Add paragraph 2.01 , E.: "E. Where shown on the drawings, removable insulation blankets shall be provided as manufactured by MIT International, ThermaXX Jackets , LLC , or UniTherm International, Inc . Blankets shall be of sewn assembly, con$tructed of Teflon impregnated fiberglass fabric, minimum th ickness 0 .016 inches . Insulation shall be of the same materials and thickness specified for pipe insulation . · Fastening straps shal l be provided in the same material as the blanket cover. Both D-rings and hook/loop patches shall be prov ided for redundant fastening of the straps. 316 stainless steel wire lacing systems are an acceptable alternate for blanket fastening . All metallic hardware shall be 316 stainless steel. Sleeves with draw string cinches shal l be provided for sealing of each pipe outlet from the blanket. Sleeves shall extend either 3 inches past the end of pipe insulation or by the manufacturer's recommended length, whichever is greater. Each removable insulation blanket shall include an engraved aluminum nameplate with a unique manufacturer's identifier to facilitate future re- orqering . Blanket manufacturer shall review each type of fitting, valve, or instrument in each applicable size and recommend a standard or custom product. 19 ; Section 46 73 22 HYDROGEN SULFIDE REMOVAL VESSELS a. Replace paragraph 2 .02, A.10 . with the following: "10 . Gas Temperature Ran~e: 40 to 120 degree P b. Replace paragraph 2.03, A.3 . with the following: "3. The vessels shall b~ provided with a fiberglass grating that supports a HOPE screen or foam pad on which the media is placed ." 20 . Section 46 73 23 REFRIGERATIVE DIGESTER GAS DRYERS a. In paragraph 1.07 , A. for "Digester Gas Composition, volume basis ", replace the Parameter value of ''s 3% H2S " with the "s 0 .5% H2S". CITY OF FORT WORTH WATER DEPARTMENT Octobe r 26, 2022 DIGESTER MIXING, FLARES, .DOME IMPROVEMENTS City Project No . 102652 Page 4 or 12 Addend um No. 1 b . In paragraph 1.07, A. for "Maximum Digester Gas Total Pressure Loss across Dryer Skid, psid ", replace the Parameter value of "1" with the following : "2 psid at 60 psig gas inlet pressure 3.5 psid at 30 ps ig gas inlet pressure ." c. Replace paragraph 2 .03, A. with the following : "All heat exchangers on dryer skids shall be as follows: Shell-and-tube type, constructed and tested and stamped in accordance with Section VIII 01 of ASME Bo iler and Pressure Vessel Code where applicable for work ing pressure produced by refrigerant used and water system installed, but not less than 1035 kPa (150 psig) working pressure both sides. Shell shall be fabricated of 316 stainless steel and shall have 316 stainless steel alloy tube sheets; drilled and reamed to accommodate the tubes. Tubes shall be 70/30 cupron ickel , individually replaceable and shall be expanded full diameter into tube sheets, seal welded providing a leak proof seal. Intermediate tube supports sheets shall be provided as recommended by the manufacturer to minimize tube vibration, stress, and wear. Performance shall be based on a water velocity not less than 1 mis (3 fps) nor more than 4 mis (12 fps), and fouling factor of 0.000088 m2 degrees C (0 .0005 hr. sq. ft . degrees F/Btu). Performance for gas shall be based on a fouling factor of 0.000176 m2 degrees C (0.001 hr. sq. ft. degrees F/Btu). Removable marine water box shall be constructed of 316 stainless steel. Design working pressure shall be 1035 kPa (150 psig); pressure tested at 130 percent of working pressure . Nozzle connections shall be flanged." d. In paragraph 2 .03, F. add the following text at the end : ", at 60 psig gas inlet pressure." e. In paragraph 2.09, V .2. replace the following sentence: "In let vacuum gauge shall be Ashcroft series 1188, or equal, liquid filled ." With this sentence : "Pressure gauges shall be Ashcroft series 1279 , or equal , l iquid filled ." f. In paragraph 3.02, B. replace the following sentence : "The tests shall demonstrate that the gas compressor is free from all objectionable vibration and noise and overheating throughout the ent ire range of specified operation." With this sentence: "The tests shall demonstrate that the gas dryer and chiller are free from all object ionable vibration and noise and overheating throughout the entire range of specified operation ." CITY OF FORT WORTH WATER DEPARTMENT October 26 , 2022 DIGESTER MIX ING , FLARES , DOME IMPROVEMENTS City Project No. 102652 Page 5 of 12 Addendu m No. 1 B. DRAWINGS - 1. Sheet G005 In the Wastewater Treatment Plant Piping Schedule , for GLS , change Exposed Piping Class / Design from "SCH 40 " to: "ASTM A53 SCH 40" 2. Sheet C104 Replace Sheet C104 with the attached Sheet C104. 3. Sheet M105 Revise the second Note 1 with the following : "2. DEMOLISH 2-INCH WIDE AND 24-INCH DEEP EXISTING OAKUM/BACKER ROD AND ASPHALT SEAL INCLUDING ANY VEGETATIVE PLANT GROWTH AND VACUUM CLEAN ." 4. Sheet M 106 Add the following Note: "8. SEE NOTES 9 & 10 ON M107" 5. Sheet M107 Add the following Notes: "9. AS PART OF THE BASE BID, THE CONTRACTOR SHALL REPLACE UP TO 50 LINEAR FT TOTAL OF INSULATION AND JACKETING ON THE 8" ADS PIPES AT UP TO TEN DIFFERENT LOCATIONS ON THE DIGESTER DOMES OR EXTERIOR SIDEWALLS Of DIGESTER NOS . 1 -8, .NOT ALL 8" ADS PIPES ARE SHOWN ON THE DRAWINGS. THE CONTRACTOR SHALL COORDINATE LOCATIONS WITH OWNER DURING CONSTRUCTION . SEGMENTS MAY INCLUDE 90° BENDS , TEES, PLUG VALVES, AND/OR SIMILAR APPURTENANCES TO BE INSULATED/JACKETED. IN ADDITION, THE CONTRACTOR SHALL REPLACE ANY PIPE INSULATION AND JACKETING THAT MUST BE REMOVED TO PERFORM THE WORK ON DIGESTER NOS. 1 -6 (BASE BID) AND NOS . 7 -8 (BID ALTERNATE) DOMES . NEW MATERIALS SHALL BE AS SPECIFIED IN SECTION 40 42 13 - INSULATION . NO ADDITIONAL PAYMENT WILL BE ALLOWED FOR THIS REPLACEMENT. CITY OF FORT WORTH WATER DEPARTMENT , October 26, 2022 Page 6 of 12 DIGESTER MIXING , FLARES, DOME IMPROVEMENTS City Project No . 102652 Addendum No. 1 10 . IN ADDITION TO THE ABOVE , FOR EACH OF DIGESTER NOS. 1-6 (BASE BID) AND NOS. 7-8 (BID ALTERNATE), CONTRACTOR SHALL REPAIR (REPLACE) INSULATION ON 811 ADS FROM HEAT EXCHANGER AT THE 90° BEND AT THE EDGE OF THE DIGESTER DOME. CONTRACTOR SHALL REPLACE 10 LINEAR FT OF INSULATION AND AL JACKETING ON EACH, INCLUDING DAMAGED INSULATION ON BOTH SIDES OF THIS 90 ° BEND. CONTRACTOR SHALL COORDINATE LOCATIONS WITH OWNER PRIOR TO DEMOLISHING ANY INSULATION . NEW MATERIALS SHALL BE AS SPECIFIED IN SECTION 40 42 13 -INSULATION. PROVIDE A REMOVABLE INSULATION BLANKET PER SECTION 40 42 13 AT EACH OF THESE 90° BENDS (TYP OF 8). COORDINATE BLANKET AND INSULATION TO PROVIDE CLEARANCE TO REMOVE 90 ° BEND HARDWARE WITHOUT DISTURBING PERMANENT INSULATION/JACKETING . PROVIDE ALUMINUM END CAP AT EACH END OF PERMANENT INSULATION BY BLANKET ." 6. Sheet M402 Replace Note 8 w ith the following: "8 . FIELD ROUTE 1/4" SAMPLE TUBING FOR HYDROGEN SULFIDE ANALYZER, SEE INSTRUMENTATION SHEETS FOR DETAILS . SEE SECTION 40 70 50 INSTRUMENTATION SUPPORT HARDWARE FOR TUBING REQUIREMENTS." 7. Sheet MD01 Rev ise ca ll out on detail "Annular Seal and Support Detail " to read "PROPOSED 2 11 WIDE and 24" DEEP ANNULAR OAKUM SEAL, SEE SPECIFICATION 07 21 29 FPR DETAILS" 8 . Sheet S001 Revise Note D.3 under Structural Pad Preparation Notes : to read: "3. ADDITIONAL OVER-EXCAVATION AND BACKFILL SHOULD BE PERFORMED TO A DEPTH OF TEN FEET AS DIRECTED BY THE GEOTECHNICAL ENGINEER IF FIELD TESTS INDICATE EXPANSIVE I SOILS BELOW THE INITIAL FIVE FEET DEPTH ." 9. Sheet S107 Replace Sheet S107 in its entirety with the revised Sheet S107 included in this addendum. CITY O F FORT WORTH WATER DE PARTMENT October 26 , 2022 DIGESTER MIXI NG, F LARES , DOME IMPROVEMENTS City Project No. 102652 Page 7 or 12 Addendum No . 1 10. Sheet S108 Replace Sheet S108 in its entirety with the revised She'Eit S108 included in this addendum . 11 . Sheets S111, S112 , and S113 Revise note on detail call out 2/S107 to read : "CONCRETE COPING REPAIR (AT ALL SPALLED CONCRETE LOCATIONS, TYP)" 12 . Sheet S114 a. Revise Keynote 1 to read : "NEW ALUMINUM HANDRAIL PER 4/SO08" b. Revi_se Keynote 5 to read : "DEMO EXISTING RAILING AND INSTALL NEW ALUMINUM HANDRAIL PER 4/SD0B" 13 , Sheet S 115 a. Revise Keynote 1 to read : "NEW ALUMINUM HANDRAIL PER 4/5D08" b. Revise Keynote 5 to read: "DEMO EXISTING RAILING AND INSTALL NEW ALUMINUM HANDRAIL PER 4/SDOB " c. SECTION 4 : Add a No~e to point to the second line from the bottom of the section to read : "NEW ALUM TOE PLATE" d. SECTION 6 : Revise the Note pointing to the Toe Plate to read: "TOE PLATE AT NEW RAILING SEE DETAILS" CITY OF FORT WORTH WATER DEPARTMENT October 26, 2022 DIGESTER MIX ING, FLARES , DOME IMPROVEMENTS City Project No. 102652 Page B of 12 Addendum No . 1 14.SheetS116 a . Detail 2: Add call out for the vertical pipe support at the top of the box to read : "316SS MSS TYPE 24 U -SOLT, TYP" b. Revise note on Note 1. Under Detail 2/S116 to read : "1. CONCRETE SURFACE REPAIRS AND COATING SHALL BE INSTALLED IN DIGESTER NOS 1-6 ONLY " 15. Sheet S117 a. Deta il 1 Revise Note 1 under Notes (not in box) to read : "1. BLAST CLEAN AND REMOVE ALL CORRODED SECTIONS OF EXISTING PLATE IDENTIFIED TO BE REPLACED/REPAIRED ." b. Detail 1 Revise Note 1 (in box) to read: "1. THIS DETAIL APPLIES TO THE REPLACEMENT OF THE EXISTING CORRODED PLATE SECTIONS . SEE DETAILS ON S118 FOR REPAIRS AND MODIFICATIONS OF EXISTING PIPE PENETRATIONS" 16 . Sheet S118 Revise Note 1 under Notes to read : "1. BLAST CLEAN AND REMOVE ALL CORRODED SECTIONS OF THE EXISTING PLATE IDENTIFIED TO BE REPLACED/REPAIRED." 17 . Sheet S119 Detail 1: Add a line fu ll heigh t of the brick wall at the end of the pointer that reads "NEW CJ, TYP." to indicate the new saw cut CJ in the brick. 18 . Sheet S124 On the Foundation Plan , revise the callout for the 14" THK CONG SLAB-ON - GRADE to read a slab thickness of 12" in lieu of 14". 19. Sheet S202 Replace the sheet in its enti rety with the revised Sheet S202 included in this addendum. CITY OF FORT WORTH WATER DEPARTMENT October 26 , 2022 DIGEST ER MIXING , FLARES , DOME IMPROVEMENTS City Project No . 102652 Page 9 of 12 Addendum No . 1 20 . Sheet S203 Replace the sheet in its entirety with the revised Sheet S203 included in this addendum. 21 . Sheet S205 Replace the sheet in its entirety with the revised Sheet S205 included in this addendum. 22 .SheetS206 Replace the sheet in its entirety with the revised Sheet S206 included in this addendum . 23 . Sheet S207 Replace the sheet in its entirety with the revised Sheet S207 included in this addendum. 24 .SheetS302 Replace the, sheet in its entirety with the revised Sheet S302 included in this addendum . 25 .SheetS304 Replace the sheet in its entirety with the revised Sheet S304 included in this addendum . 26. Sheets S309 On the PLAN view, revise the cal)out for the 14" THk CONC SLAB-ON-GRADE to read a slab thickne~s of 12 " in lieu of 14". 27. Sheets S310 On DETAIL 8/S310, add a reinforcement call out for the concrete pedestal on top of the slab to read . "#5 VERT @6" O.C. ALL AROUND W/ #3 HORIZONTAL TIES @6" O.C." CITY OF FOR'f WORTH WATER DEPARTMENT Oclober 26 , 2022 · · · DIGESTER MIXING, FLARES, DOME IMPROVEMENTS Cily Projecl No . 102652 Pa1,1e 10 of 12 Addendum No . 1 28 . Sheets S402 On SECTION C , revise the rebar size fo r the beam ties to #4 in lieu of #3. 29 .SheetS403 On SECTION 1 and SECTION 2 , Revise Top of Steel call out supporting the pipe saddle to read : "TOP OF STEEL ELEVATION VARIES, COORDINATE WITH PIPING, TYP " 30 .SheetS407 On DETAIL 6 , Add note pointing to the CMU cells and thru anchors to read: "FULLY GROUT ALL HOLLOW CMU CELLS AT SUPPORTS, TYP." 31. Sheet S409 On PLAN 3/S408 and PLAN 4/S408 , revise base plate footpr ints shown in plan views to match dimensions shown in DETAIL 5/S409 based on same I-beam orientation . 32 .SheetE012 Replace Sheet E012 with the attached Sheet E012 . 33 . Sheet E115 Replace Sheet E115 with the attached Sheet E115 . 34.SheetE303 Replace Sheet E303 with the attached Sheet E303 . 35 .SheetE305 Replace Sheet E305 with the attached Sheet E305 36.SheetE306 Replace Sheet E306 with the attached Sheet E306. CITY OF FORT WORTH WATER DEPARTMENT Octobe r 26, 2022 DIGESTER MIXING , FLARES , DOME IMPROVEMENTS City Projec t No . 102652 Page 11 of 12 Adde ndum No . 1 C. ATTACHMENTS - a. Specification i. 00 42 43 PROPOSAL FORM ii. 02 50 00 ASBESTOS REMEDIATION b. Drawings i. C104 ii. S107 iii. S108 iv. S202 v. 5203 vi. S205 vii. S206 viii. S207 ix. S302 x. S304 xi. E012 xii. E115 xiii. E303 xiv. E305 xv. E306 RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 1 Include a signed copy of Addendum No . 1 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No . 1 below could cause the subject b idder to be cons idered "NONRESPONSIVE", resulting in disqualification . Addendum No . 1 RECEIPT OF ACKNOWLEDGED By: ___________ _ Company : ___________ _ CITY OF FORT WORTH WATER DEPARTMENT Octobe r 26, 2022 Christopher Harder, PE Directo.'.:...Water Depa rtrt By : /or,.") G\,_.:, u , Tony Sholola, PE Assistant Director, Water Department DIGESTER MIXING , FL/IRES, DOME IMPROVEMENTS City Project No . I02Cl52 Page 12 or ·12 Acldenclur n No . ·1 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING, FLARE AND DOME IMPROVEMENTS PHASE 1 CITY PROJECT NO. 102652 ADDENDUM NO. 2 Addendum Issue Date: November 4, 2022 Bid Opening Date: November 10, 2022 This Addendum forms part of the Bid Documents and modifies the Specifications and Drawings as noted below. Acknowledge receipt of the Addendum in the space provided on the Bid Proposal. Failure to acknowledge receipt of the Addendum may subject the Bidder to disqualification . This Addendum consists of 30 pages, including attachments . A. SPECIFICATIONS 1. Section 00 41 00 -BID FORM Replace Section 00 41 00 -BID FORM in its entirety with the attached Section 00 41 00 -BID FORM . 2. Section 00 45 40 -BUSINESS EQUITY GOAL Replace the Section Title SUBMITTAL OF REQUIRED DOCUMENTATION, in its entirety with the following: "SUBMITTAL OF REQUIRED DOCUMENTATION: No documents need to be submitted to the Purchasing Division or emailed to the City of Fort Worth Project Manager or department designee for this project." 3 . Section 09 96 60 -POLYURETHANE MIC COATINGS In Section 2.02.B., replace "or Approved Equal " with "PolyCote 150 by Sherwin Williams, or Approved Equal." In Section 2.02 .D.5 ., replace "<40mg loss" with "<100mg loss" 4. Section 23 64 00 PACKAGED WATER CHILLERS Replace specification Section 23 64 00 PACKAGED WATER CHILLERS in its entirety with the attached Section 23 64 00 PACKAGED WATER CHILLERS . CITY OF FORT WORTH WATER DEPARTMENT November 4, 2022 DIGESTER MIXING, FLARES , DOME IMPROVEMENTS City Project No . 102652 Page 1 or 10 Adde ndum No . 2 5. Section 40 05 64 .00 -BUTTERFLY VALVES In Section 2.03 .A., add the following text at the end of the paragraph : "Direct bury valves shall be Flowserve (Crane), Bray, or engineer approved equal unless manufacturer can provide documentation to verify valves and actuators are suitable for buried service ." 6. Section 26 00 00 ELECTRICAL -GENERAL PROVISIONS Add the following paragraph 1.01, L : "Prior to submission of any Submittals required in this Division, field ver ify the ratings (Voltage, HP, FLA, et c) and 'accessories (space heaters, temperature switches, etc) of all existing equipment scheduled to be reconnected to new electrical distribution or control equipment and notify Engineer of any discrepancies with Contract drawings . Field verify all loads connected to existing electrica l distribution equipment scheduled for demolition and notify Engineer of any ex isting loads that are not identified for reconnection to new distribution equipment in Contract drawings. Submittals for any Division 26 Section will not be accepted until this requirement is complete." 7. Section 46 73 19 -DIGESTER GAS SAFETY EQUIPMENT AND FLARES In ·section 2.12, replace all refe.rence$ to "manhole" with "manway". 8 . Section 23 09 01 HVAC AUTOMATIC TEMPERATURE CONTROLS (RELAY LOGIC) In Section 3 .04 A, Replace the phrase "2 years from the date of Final Acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY COND11iONS TO GENERAL CONDITIONS." 9 . Section 26 05 13 MEDIUM VOLTAGE CABLES In Section 1.07A, Replace the phrase "two years from date of project acceptance" with "2 years .from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 10 . Section 26 05 19 LOW-VOLTAGE WIRES AND CABLES In Section 1.07A, Replace the phrase "two years from date of final acceptance " with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." CITY OF FORT WORTH WATER DEPARTMENT Novembe r 4, 2022 DIGESTER MIX IN G, FLARES. DOME IMPROVEMENTS C ity Project No . 10265 2 ' Page 2 of 10 Addendum No . 2 11 . Section 26 05 26 GROUNDING AND BONDING SYSTEM In Section 1.07 A, Replace the phrase "two years from date of final acceptance" w ith "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS ." 12 . Section 26 05 29 ELECTRICAL SUPPORT HARDWARE In Section 1.07A, Replace the phrase "two years from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENT ARY CONDITIONS TO GENERAL CONDITIONS." 13. Section 26 05 33 RACEWAYS, BOXES, ENCLOSURES, AND FITTINGS In Section 1.07A, Replace the phrase "two years from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 14 . Section 26 05 36 CABL~ TRAY In Section 1.07 A, Replace the phrase "two years from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 15. Section 26 05 43 UNDERGROUND SYSTEM In Section 1.07 A , Replace the phrase "one year from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS.'' 16. Section 26 05 50 MOTORS, 600 VOLTS AND BELOW In Section 1.08A, Replace the phrase "two years from date of final acceptance '' with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 17. Section 26 12 19 PAD-MOUNTED TRANSFORMERS In Section 1.07 A, Replace the phrase "two years from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." CITY OF FORT WORTH WATER DEPARTMENT November 4, 2022 DIGESTER MIXING , FLARES, DOME IMPROVEMENTS City Project No . 102652 Page 3 of 10 Addendum No . 2 18 . Section 2613 22 MEDIUM VOLTAGE SEALED DEADFRONT PAD-MOUNTED DISTRIBUTION SWITCHGEAR In Section 1.07 A, Replace the phrase "two years [except for variable frequency drives which shall be for two years, from date of final acceptance " with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITION$ TO GENERAL CONDITIONS." 19. Section 26 22 13 DISTRIBUTION DRY-TYPE TRANSFORMERS In Section 1.07A, Replace the phrase "one year from date of final acceptance" with 11 2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 20. Section 26 24 16 PANELBOARDS In -Section 1.07 A, Replace the phrase "ohe year from date of final acceptance" with 11 2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS ." 21. Section 26 24 19 LOW VOLTAGE MOTOR CONTROL CENTERS in Section 1.07A, Replace the phrase "two years from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 22. Section 26 25 01 LOW VOLTAGE METAL-ENCLOSED FEEDER BUS DUCT In Section 1.07A, Replace the phras~ "two years from date of final acceptance " with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 23. Section 26 27 13 POWER METERING AND PROTECTIVE RELAYS In Section 1.06A, Replace the phrase "two years from date of final acceptance" with ''2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS ~nd Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS."' 24 . Section 26 27 26 LIGHT SWITCHES AND RECEPTACLES In Section 1.07 A, Replace the phrase "two years from date of final acceptance" with 11 2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." CITY OF FORT WORTH WATER DEPARTMENT November 4, 2022 Page 4 or 10 DIGESTER MIXING , FLARES , DOME IMPROVEMENTS Clt9 Project No.102652 Addendum No . 2 25 . Section 26 28 17 LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES In Section 1.07 A, Replace the phrase "two years from date of final acceptance " with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 26. Section 26 29 23 LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDS) In Section 1.07 A , Replace the phrase "three years from date of final acceptance " with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONOITIONS TO GENERAL CONDITIONS." 27. Section 26 29 86 MECHANICAL EQUIPMENT CONTROL PANELS (MECPS) In Section 1 .07A , Replace the phrase "two years from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 28 . Section 26 29 87 ELECTRICAL CONTRACTOR PROVIDED CONTROL PANELS (ECPS) In Sect ion 1.07 A, Replace the phrase "two years from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL , CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS ." 29. Section 26 36 23 LOW VOLTAGE ENCLOSED AUTOMATIC TRANSFER SWITCHES In Section 1.07A , Replace the phrase "two years from date of final acceptance " with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 30 . Section 26 41 00 LIGHTNING PROTECTION SYSTEM In Section 1.07 A , Replace the phrase "two years from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 31 . Section 26 43 13 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) In Section 1.06A, Replace the phrase "two years from date of final acceptance '' with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." CITY OF FORT WOR TH WATER DEP ARTMENT November 4 , 2022 DIGESTER MI XI NG , FLARES , DOME IMPROVEM ENTS City Project No. 102652 Pa ge 5 or 1 0 Addendum No . 2 32 . Section 26 50 00 LIGHTNING SYSTEM In Section 1.07 A, Replace the phrase "two years from date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 33. Section 40 61 00 INSTRUMENTATION AND CONTROLS GENERAL PROVISIONS In Section 1 .13A, Replace the pt:irase "24 months beyond final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." In Section 1.13C1, Replace the phrase "24-month after final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 34. Section 40 62 63 OPERATOR INTERFACE EQUIPMENT In Section 1.06A, Replace the phrase "two years from the date of acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 35 . Section 40 63 00 PROGRAMMABLE LOGIC CONTROLLER (PLC) In Section 1.06A, Replace the phrase "two years fron, date of acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY COf'IDITIONS TO GENERAL cot,fDITIONS." 36. Section 40 67 00 INSTRUMENTATION CONTROL PANELS In Section 1.07 A, Replace the phrase "two years from date of final acceptance" with "-2 years from the date defined in Section 00 72 00 GENERAL CONOITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 37. Section 40 70 50 INSTRUMENTATION SUPPORT HARDWARE In Section 1.07A, Replace the phrase "two years from the date of acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS ." CITY OF FORT WORTH WATER DEPARTMEN T Nove mber 4, 2022 DIGESTER MIX ING , FLARES , DOME IMPROVEM E NTS City Project No .102652 Page 6 of 10 Addendum No . 2 38. Section 40 71 00 FLOW INSTRUMENTS In Section 1.06A, Replace the phrase "two (2) years from the date of acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 39. Section 40 72 00 LEVEL INSTRUMENTS In Section 1 .06A, Replace the phrase "two (2) years from the date of final acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." . 40. Section 40 73 00 PRESSURE INSTRUMENTS In Section 1.06A, Replace the phrase "two years from the date of acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENT ARY CONDITIONS TO GENERAL CONDITIONS." 41. Section 40 74 00 TEMPERATURE INSTRUMENTS In Section 1.06A, Replace the phrase "two years from the date of acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 42. Section 40 75 00 ANALYTICAL INSTRUMENTS In Section 1.06A, Replace the phrase "two (2) years from the date of acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 43. Section 40 78 00 PANEL MOUNTED CONTROL DEVICES In Section 1.06A, Replace the phrase "two (2) years from the date of acceptance" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 44 . Section 41 22 00 DAVIT CRANE In Section 1.06A, Replace the phrase "two (2) years from final acceptance " with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." CITY OF FORT WORTH WATER D EPARTMENT Novem ber 4, 2022 DIGESTER MIXING , FLARES, DOME IMPROVEMENTS Cily Project No . 102652 Pag e 7 of 10 Addendum No . 2 45. Section 46 00 00 EQUIPMENT GENERAL PROVISIONS In Section 1.06A, Replace the phrase "two (2) years from Final Acceptance of the project" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIOr,.IS TO GENERAL CONDITIONS ." 46 . Section 46 73 19 DIGESTER GAS SAFETY EQUIPMENT AND FLARES In Section 1.06A, Rep lace the phrase "two (2) years starting at Final Acceptance of the project" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 47 . Section 46 73 22 HYDROGEN SULFIDE REMOVAL VESSELS In Section 1.06A, Replace the phrase "two (2) years starting at Final Acceptance of the proj ect" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS a11~ Section Q0 73 00 SUPPLEMENTARY CONDITIONS T O GENERAL CONDITIONS ." 4!3 . Section 46 73 23 REFRIGERATIVE DIGESTER GAS DRYERS In Section 1.06A, Replace the phrase "two (2) years starting at Final Acceptance of the project" with "2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." 49. Section 46 73 36 PUMPED DIGESTER MIXING SYSTEMS In Section 1.06A, Replace the phrase "lwo (2) years starting at Final Acceptance of the project" with "2 years from the date defin~d in S~ction 00 72 .00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS." !3. DRAWINGS - ·1. Sheet M103 In all three tables under Modification , remove all call outs for "Add Emergency Manway" and replace with "Remove Existing Cover and Replace with Emergency Relief Manway Cover" Add Note 2: "SEE SECTION 46 73 19 -DIGESTER GAS SAFETY EQUIPMENT AND FLARES FOR REQUIREMENTS FOR EMERGENCY (PRESSURE) RELIEF MANWAY COVERS ." CITY OF FORT WORTH WATER DEPARTMENT Novicl mber 4 .. 2022 Page 8 or 10 DIGESTER MIXING, FLARES , DOME IMPROVEMENTS C ity Project No102652 Addendum No . 2 2. Sheet S106 Replace the sheet in its entirety with the revised Sheet S106 included in this addendum. 3. Sheet MD06 In Detail 7, add the following text at the end of note one: "PROVIDE CARBON STEEL 125# ANSI SLIP ON FLANGE WELDED TO PIPE FOR THIEF HOLE COVER." 4. Sheet S117 Replace the sheet in its entirety with the revised Sheet S 117 included in this addendum . 5. Sheet S118 Replace the sheet in its entirety with the revised Sheet S118 included in this addendum. C. ATTACHMENTS- a. Specification i. 00 41 00 BID FORM ii. 23 64 00 PACKAGED WATER CHILLERS b. Drawings i. S106 ii. S117 iii. S118 CITY OF FORT WORTH WATER DEPARTMENT November 4, 2022 DIGESTER MIXING, FLARES, DOME IMPROVEMENTS City Project No.102652 Page 9 or 10 Addendum No. 2 RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 2 Include a signed copy of Addendum Na . 1 in the sealed bid envelope at the time of bid submittal. Failure ta acknowledge receipt of Addendum No . 1 below could cause the subject bidder ta be considered "NONRESPONSIVE", resulting in disqualification . Addendum No. 1 Christopher Harder, PE RECEIPT OF ACKNOWLEDGED By: ___________ _ Dire~~ Water 9"9•r ment By: (iM) Sh r.{ 0 fo Company: ___________ _ Tony Sholola, PE C ITY eF FORT WORTH WATER DEPARTMENT Novembe r 4, 2022 A!=:sistant Director, Water Department ~"'-"""'i)..,:'-\\1,l s--;'\~*.9.E .. tf,r;l~ll ~c-:,~_. ··•7dl ~ P•l ·-. * ~ H..11i_ ................ -.. J..'!':.~ ~ TRACEY L LONG ~ ~H~•••• ..... , ............. ,.,..,,'j; t '4).,, 89376 / e:t: p 'J.-110-.... ( .~ ~ •11,,~/·•l.<:.tm.'¾.f?,•·~~ ~ lt,{310HA\.. ~~ "'9' IJ \ll'f'""'°❖ !A\ V, 'Z,v HAZEJND ~~WYER TRPFl.8 FIRM REGISTRATION NO. F-13618 DIGESTER MI X ING , FLARES , DOME IMPROVEMENTS City Projec t No . '102652 Page 10 or 10 Addendum No . 2 CITY OF FORT WORTH, TEXAS WATER DEPARTMENT VILLAGE CREEK WATER RECLAMATION FACILITY DIGESTER MIXING, FLARE AND DOME IMPROVEMENTS PHASE 1 CITY PROJECT NO .102652 ADDENDUM NO. 3 Addendum Issue Date: November 8, 2022 Bid Opening Date: November 10, 2022 This Addendum forms part of the Bid Documents and modifies the Specifications and Drawings as noted below. Acknowledge receipt of the Addendum in the space provided on the Bid Proposa l. Failure to acknow ledge receipt of the Addendum may subject the Bidder to disqualification . This Addendum cons ists of 3 pages , including attachments . A. SPECIFICATIONS 1. Section 01 45 23 TESTING AND INSPECITON SERVICES Replace paragraph 1.2.A.1 .a in its ent irety with the following : "a. In accordance with Article 13 of the General Conditions , Contractor is responsible for performing, coordinating, and payment of all inspections, tests , re-tests, or approvals . with -the exception of Spesia1 Inspections indicated in the struGtYFal-drai.•Jings The Contractor shall coordinate with and notify the Engineer of all inspections and tests. Special Inspections shall be performed in accordance with Chapte r 17 of the 2015 International Building Code (IBC) by a Special Inspector hired by the Contractor. The Contractor shall coordinate with and notify the Special Inspector and Engineer of all tes ts associated w ith Special Inspection items ." 2. Section 03 30 00 CAST-IN-PLACE CONCRETE Replace Note 1 under Section 3.10 -A, in its entirety with the following : "1. CONTRACTOR shall employ a testing laboratory to perfo rm field quality control testing for concrete. ENGINEER will direct the testing requirements" 3. Sect ion 03 60 00 GROUTING Replace Note 1 under Section 3.03 -A, in its ent irety w ith the following : C ITY OF FORT WORTH WATER DEPARTM ENT November 8, 2022 DI GESTER M IXING, FLARES , DOME IMPROVEMENTS Clcy Project No .102652 Page 1 o f 3 Add endu m No . 3 "1. CONTRACTOR shall employ a testing laboratqry to perform field quality control testing for concrete . ENGINEER will direct the testing requirements ." 4 . Section 03 93 00 CONCRETE REPAIR AND REHABILITATION Replace Note A under Section 3.09, in its entirety with the following : "A. CONTRACTOR shall employ a testing laboratory to perform field quality control testing ENGINEER will direct the number of tests and specimens required . CONTRACTOR shall make standard compression test specimens as specified below, under the direct inspection by ENGINEER. CONTRACTOR shall furnish all necessary assistance required by ENGINEER. CONTRACTOR sh.all also provide all labor, material and equipment required including rods, molds , thermometer, curing in a heated storage box, and all olher incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage, curing, and transportation required by the testing ." 5 . Section 05 50 33 ANCHOR SYSTEMS Replace Note 1 under Section 3 .04 -A, in its entirety with the following: "1. CONTRACTOR sha!I employ a testing agency to perform field quality tensile testing bf production adhesive anchors at the Site unless otherwise specified." 6 . Section 05 12 00 STRUCTURAL $TEEL FRAMING Replace Note 1 under Section 3.03 -A, in its entirety with the following: "1. CONTRACTOR shall engage independent testing and inspection laboratory to inspect high-strength bolted connections and welded connections and to perform tests and prepare test reports ." 7. Section 31 63 29 DRILLED CONCRETE PIERS Replace Note 1 under Section 1.02 -C, in its entirety with the fol .lowing: "1. CONTRACTOR shall employ a testing laboratory 19 monitor the installation of the drilled piers. The laboratory and OWNER representative shall monitor all pier drilling oper~tions. CONTRACTOR shall give a minimum two days' notice to the laboratory for services in GOnjµnction with drilled piers ." B. DRAWINGS- 1. Sheet S003 Revise Note 1 Under Specia l Inspection to read: CITY OF FORT WORTH WATER DEPARTMENT November 8, 20'22 DIGESTER MIX ING, Fl..ARES, DOME IMPROVEMENTS Clly Project No .102652 Page 2 of 3 Addendum No . 3 "1 . Special Inspections shall be performed in accordance with Chapter 17 of the 2015 International Building Code (IBC) by a Special Inspector approved by the Owner and engaged by the Contractor to perform the Special Inspections listed below. The Special Inspector shall be qualified by an approved agency according to the City's building official to perform the special inspections for which they will be undertaking . The Contractor shall coordinate with and notify the Special Inspector of all tests. The Special Inspector shall be responsible to verify that the items detailed in the Construction Documents were built accordingly and shall prepare, sign, and furnish inspection reports to the building official and the Engineer for all time spent at the site. The Inspector shall bring discrepancies to the immediate attention of the General Contractor for correction. If the discrepancies are not corrected, the discrepancies shall be brought to the attention of the building official and the Engineer prior to the completion of that phase of the work. These special inspections are in addition to the other inspections listed in these Structural Notes or Project Specifications." C. ATTACHMENTS-None RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 3 Include a signed copy of Addendum No . 3 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No . 3 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification . Addendum No. 3 RECEIPT OF ACKNOWLEDGED By: _____________ _ Company: ___________ _ Christopher Harder, PE Direc~ Water Df papn}8 nt By : /ii1J f,hv lo/~ Tony Sholola, PE Assistant Director, Water Department HAZEN AND SAWYER CITY OF FORT WORTH WATER DEPARTMENT November 8, 2022 TBPELS FIRM REGISTRATION NO . F-13618 DIGESTER MIXING, FLARES, DOME IMPROVEMENTS City Project No . 102652 Pa ge 3 of 3 Addendum No . 3 1. Defined Terms SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 00 2 1 13 INSTRUCTIONS TO BIDDERS Page I of 10 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 -GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 .1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representati v e , submitting a bid for performing the work contemplated under the Contract Documents . 1.2 .2. Nonresident Bidder: Any person, firm, partnership , company, association , or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2 .3 . Successful Bidder: The lowest responsible and responsive Bidder to whom City ( on the basis of City's evaluation as hereinafter provided) makes an award . 2. Copies of Bidding Documents 2 .1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents . 2.2 . City and Engineer in making copies of Bidding Documents av ailable do so only for the purpose of obtaining Bids for th e Work and do not authorize or confer a licens e or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3 .1. Bidders or their designated subcontractors are requ ired to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT . Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and , if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types . Subcontractors must follow the same timeline s as Bidders for obtaining prequalification review. Bidders or Subcontractors who ar e not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Pre qualification requirement work types and documentation are av ailable by acc essing all required files through the City 's website at: https://apps .fortwortht exas .go v /ProjectResources/ CITY O F FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Pha se I ST ANDARD CONSTRUCTION SPECIFICATION D OCUMENT CityProiect No. 102652 Revised/Updated Novem ber 2, 202 1 00 2 1 13 INSTRUCTIONS TO BIDDE RS Page 2 of 10 3.1. l. Paving -Requirements document located at: https ://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Docwnents/Contractor%20Pregualification/TPW%20Paving %20Contractor%20Pregualification%20Program/PREOUALIFICA TION%20REO UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3 .2 . Each Bidder, unless currently prequalified , must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICA TIONS. 3 .2 . I.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6 .1. 3.3 . The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require , including but not limited to manpower and equipment records , information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City 's assessment of the submitted information , a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be notified in writing of a recommendation to the City Council. 3.4 . In addition to prequalification , additional requirements for qualification may be required within various sections of the Contract Documents . 3 .5. Special qualifications required for this project include the following: Non e 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4 .1. Before submitting a Bid, each Bidder: 4 .1.1 . Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4 .2 . below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City . 4.1 .2. Should visit the site to become familiar with and satisfy Bidder as to the general , local and site conditions that may affect cost, progress, performance or furnishing of the Work . 4 .1.3 . Shall consider federal , state and local Laws and Regulations that may affect cost, progress , performance or furnishing of the Work. C ITY O F FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFI CA TION D OCUMENT City Proiect No. 101651 Revised/Updated N ovember 2, 202 1 00 2 1 13 INSTRU CTIONS TO BIDDERS Page 3 of 10 4.1.4.Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions , if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4 .1.5 . Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish . All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto , shall be binding upon the City. 4 .1.6 . Should perform independent research , investigations , tests , borings , and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access , upon request, City may provide each Bidder access to the site to conduct such examinations , investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4 .1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based . It is understood that the submission of a proposal or bid is prima-faci e evidence that the Bidder has made the investigations , examinations and tests herein required. 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents . The Contractor shall not take advantage of any gross error or omission in the Contract Documents , and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents . 4.2 . Reference is made to Section 00 73 00 -Supplementary Conditions for identification of: 4 .2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents . The logs of Soil Borings, if any , on the plans are for general information only . Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. CITY OF FORT WORTH Village Creek WRF. Digester Mixing, Flare and Dome Improvements Phase I ST AND ARD CONSTRUCTION SPECIFTCA TION DOCUMENT Citv Project No. I 02652 Rev ised/Updated November 2, 202 1 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of IO 4 .2 .2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4 .2.3 . copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents , but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4 .02 . of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations , opinions or information . 4.2.4 .Standard insurance requirements, coverages and limits. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4 , (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means , methods , techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents , (iii) that Bidder has given City written notice of all conflicts , errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc ., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work . 4.4. The provisions of this Paragraph 4 , inclusive, do not apply to Asbestos , Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4 .06. of the General Conditions, unless specifically identified in the Contract Documents . 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents . All additional lands and access thereto required for temporary construction facilities , construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents . C ITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase l ST ANDA RD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 10165:Z Rev ised/Updated Novemb er 2, 202 1 00 2 1 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.2. Outstanding right-of-way , easements , and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions . In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3 . The Bidder shall be prepared to commence construction without all executed right-of- way, easements , and/or permits , and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements . 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to . Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents . Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth , TX 76102 Attn: Suzanne A bbe, PE, City of Fort Worth Email : suzanne.abbe@fortworthtexas.gov Phone : 817-392-8209 6 .2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City 's electronic document management and collaboration system at http s :// docs . b3 60. autodesk.com/shares/ eb2604dc-d972-4b4d-9 8c9-5 31e88c0d922 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS . Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders ofrecord such Addenda as City considers necessary in response to questions arising at the conference . Oral statements may not be relied upon and will not be binding or legally effective. C ITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 ST AND ARD CONSTRUCTION SPECTFICA TION DOCUMENT Citv Project No. 102652 Revised/Updated Novembe r 2, 202 1 7. Bid Security 00 21 13 TNSTR UC TIONS TO BIDDE RS Page 6 of 10 7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7 .2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied . If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same , City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted . 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items . Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City , application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A ., 6 .05B. and 6 .05C . of the General Conditions and is supplemented in Section O 1 25 00 of the General Requirements . 11. Subcontractors, Suppliers and Others 11 .1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No .2 5165-10-2021 , as amended (replacing Ordinance No . 24534-11-2020), codified at: https ://codelibrary.amlegal.corn/codes/ftworth/latest/ftworth tx/0-0-0-22593 11 .2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase I ST ANDA RD CONSTRUCTION SPECTFI CA TION DOCUMENT Citv Proiect No. 102652 Revised/Updated November 2, 2021 00 2 1 13 INSTRUC TIONS TO BIDDE RS Page 7 of 10 12. Bid Form 12.1 . The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12 .2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form . A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible . 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed . The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown . 12.6. Bids by individuals shall show the Bidder's name and official address . 12 .7 . Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8 . All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 -Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase l ST AND ARD CONSTRUCTION SPECIFTCA TION DOCUMENT Citv Proiect No. I 01651 Revised/U pdated November 2, 202 1 13. Submission of Bids 00 21 13 fNSTRU CTIONS TO BIDDERS Page 8 of 10 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVTT A TION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14 .l. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14 .2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn" and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof wi 11 be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words . CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPEC IFI C ATION DOCUME NT Citv Proiect No. 102652 Revised/U pdated Novemb er 2, 202 1 00 2 1 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17 .1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award . 17 .3 . City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications , and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time . 17.4 . Contractor shall perform with his own organization, work of a value not less than 35 % of the value embraced on the Contract, unless otherwise approved by the City . 17.5 . If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City . 17.6 . Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonres ident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located . 17. 7 . A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance ofa Bid. Upon the contract award, a Notice of Award will be issued by the City. 17 . 7 .1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https:/ /www .ethics.state.tx.us/data/forms/1295/1295.pdf 17 .8. Failure or refusal to comply with the requirements may result in rejection of Bid. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST AND ARD CONSTRUCTION SPECJF ICA TION DOCUMENT Citv Proiect No. 102652 R evised/Updated November 2, 202 1 18. Signing of Agreement 00 21 13 INSTRUCTIONS TO BIDDE RS Page 10 of 10 18 .1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates oflnsurance, and all other required documentation. 18.2 . City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 101651 R evised/Updated November 2, 202 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT 00 3513 CONFLICT OF INTEREST STATEMENT Page 1 of 1 Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file w ith the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council , any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning , recommending, selecting or contracting with a bidder, offeror or respondent is affiliated w ith your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company . The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) (state .b<.us ) https ://www.ethics.state.b<.us/data/forms/conflicUCIS .pdf !x CIQ Form does not apply I CIQ Form is on file with City Secretary L CIQ Form is being provided to the City Secretary [K CIS Form does not apply I CIS Form is on File with City Secretary L CIS Form is being provided to the City Secretary BIDDER: Eagle Contracting, LLC P.O . Box 1600 / 5700 Park Vista Circle Fort Worth, Texas 76244 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24 , 2020 By : Signature : Title: RoyEiey L President 00 4 1 00 Bid Proposal Workbook(R ).xlsx SECTION 00 41 00 BID FORM 0041 00 BID FORM Page 1 of 3 TO : The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Village Creek WRF , Digester Mixing , Flare and Dome Improvements Phase 1 City Project No .: Units/Sections : 102652 NA 1. Enter Into Agreement The undersigned Bidder proposes and agrees , if this Bid is accepted , to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2 .1. In submitting this Bid , Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS , including without limitation those dealing with the disposition of Bid Bond . 2 .2 . Bidder is aware of all costs to provide the required insurance , will do so pending contract award , and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award . 2 .3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group , association , organization , or corporation . 2 .4. Bidder has not directly or ind irectly induced or solicited any other Bidder to submit a false or sham Bid . 2.5 . Bidder has not solicited or induced any individual or entity to refrain from bidding . 2.6 . Bidder has not engaged in corrupt, fraudulent , collusive , or coercive practices in competing for the Contract. For the purposes of this Paragraph : C ITY OF FORT W ORTH a . "corrupt practice" means the offering , giving , receiving , or soliciting of any thing of value likely to influence the action of a public official in the bidd ing process . b . "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of C ity (b) to establish Bid prices at artificial non-competitive levels , or (c) to deprive City of the benefits of free and open competition . c . "collusive practice" means a scheme or arrangement between two or more Bidders , with or without the knowledge of City , a purpose of which is to establish Bid prices at artificial , non- competitive levels . STAN DARD CONSTRU CT ION SPECIF ICAT ION DOCU M ENTS Revised 9/30/2021 Vill age Creek W RF , Digeste r Mixi ng , Fl are , and Dome Improveme nts , Ph ase 1 City Proejct No . 1026 52 00 4 1 00 Bid Fo rm ADDENDUM NO . 2 00 41 00 BID FORM Pag e 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors : a . Wastewater Treament Plant b . C. d . e . f . g . h. 4. Time of Completion 4 .1. The Work will be complete for Final Acceptance with in 1,095 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions . 4.2 . Bidder accepts the provisions of the Agreement as to liqu idated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid : CI TY OF FORT WORTH a . This Bid Form , Section 00 41 00 b. Required Bid Bond , Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d . Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e . MWBE Forms (optional at time of bid) f . Prequalification Statement , Section 00 45 12 g . Conflict of Interest Affidavit , Section 00 35 13 *If necessary , CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders STANDARD CON STRUCTION SPE CIF IC ATION DOCU M ENTS Revised 9/30/2021 Vi ll age Creek WRF , Dig este r Mixing, Fla re, a nd Dome Improve me nts , Pha se 1 City Proejct No . 102652 00 41 00 Bid Form A DDENDU M NO. 2 6. Total Bid Amount 0041 00 BID FORM Page 3 of 3 6 .1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below , please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening . 6 .2 . It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total 1 &~ 9z. s; 00~ Tota12$8/ ~~0/C)OO Total 3~, 77'7; Q?O Total4 ~ 9f'f; OOU Total sjJ Lfo1 ;S81 o@ 7. Bid Submittal This Bid is submitted on Roy Ewen (Printed Name) Title : President Company : Eagle Contracting, LLC Address : 5700 Park Vista Circle, Ft. Worth, Texas 76244 State of Incorporation : Texas Email : r.ewen@eaglecontracting.com Phone : (817) 379-1897 by the entity named below. Receipt is acknowledged of the Initial following Addenda : - Addendum No . 1: ''jfg Addendum No. 2 : ~If Addendum No. 3: ~,~ AedeR91,jfl'l ~j9 A . , Corporate Seal : END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 Village Creek WRF , Digester Mixing , Flare, and Dome Improvements , Phase 1 City Proejct No . 102652 00 41 00 Bid Form ADDENDUM NO . 2 ~ r SECTION 00 4 1 01 SC HE D ULE OF SUPP LIE R S 00 4 1 01 SC HED ULE OF SU PPLI ERS Page 1 o f 1 Note: Circle the name of the manufacturer/s upplier of the fo ll owing specdified system/equipment that Contractor will furnish . The apparent low bidder must submit the Schedule of Supplier Form within three (3) business days after Bid Opening. Speci fication System/Equipment Description Supllier/M anufactur er Item No. Secti on A. Vaughan Company, Inc . I 43 23 19 Horizontal Centrifugal C hopper Pumps <!!-Hayward Gordon C. Or Equal 2 M304 Sump Pumps < j\.. Meyers~ B. Or Equal < :,&: Varec Biogas of Cypress , CA 3 46 73 19 Digester Flares B. John ZmK Hamwortny ot Tulsa, OK C . Shand & Jurs of Hillside , IL D. Or Equal ( :X. Unison Solutions 4 46 73 22 Hydrogen Sulfide (H2S) Remvoal Vessels B. Granite C. Or Equal C ,b. Unison Solutions 5 46 73 22 Refrigerative Gas Dryer Skids B. Lectrodryer C . Parker D. Or Equal A. Vaughan Comoany, Inc . 6 46 73 36 Pumped Digester Mixing System <01. Hayward Gordon-=:> C. Evoqua Water Technologies D. Or Equal ( :E-Johnson Thermal Systems 7 23 64 00 Chiller Skids B. Carner C. Or Equal 8 DWGM304 Davit Crane C A. ThenU B . Or Equal C A. Trane :) B. Carrier 9 23 74 00 Prepackaged Outdoor HV AC C . York, Div of JC! (Johnson Controls) D . Aaon E. Or Equal C A. Trane) Multi-Position Dual Cirut AHU B Carrier 10 23 81 26 (Split-System Air Condit ioner) C York, Div ofJCI (Johnson Controls) DAaon E . Or Equal ( A. Chromalox 11 40 41 43 Heat Trace Contrtol Panels B . Thermon C. Raychem D. Or Equal FWW VILLAGE C REEK WRF,DIG ESTER MIXI G, FLARE. DOME lMPROVMEENTS ISS UED FOR BID 1 OF I SCH ED ULE O F S UPPLIE R 0042 43 BID PROPOSA L Page 1 o(5 SECTI O N 00 42 43 PROPOSAL FORM Village Creek WRF , Digester Mixing , Flare and Dome Improvements Phase 1 UNI T PRIC E BID Project Item Information Base Bid Bid I te m Description No. Construction and operational completion of improvements for Digester Nos. 1-6, Digester Gas Flares and Condensate Vau lt, Digester Gas Compressor Building and Chillers , H2S Removal System. Removal, d isposal , prepration and replacement of Digester Dome Insulation with primer and silicone walkways , preparation and coatin g (Tnemec Series 1 406 or equa l) for the full interior of the domes and dome skirts for Digesters 1-6. All paving, grading, yard piping, general site work mobilization , demobilization , development and implementatio n of a storm water pollution prevention plan (SW P3), tree protection, bond , general conditions , overhead and profit including all items not mentioned in the below bid items excluding Electrical and I /C. Digester Electrical Im provemen ts: For all construction and operational completion of the Electrical Improvements 2 incl uding all items shown on the plans and included in the specifications for the electrical drawings excluding other electrical items listed below. Digester Instrumentation and Contro l (I/C) Improvements: For all construction and o perationa l completion of the 1/C 3 Improvements including all items shown on the plans and include d in the specifications for the 1/C drawings excluding other e lectrical items listed be low. Digester Dome Manway Pumping: Development, design and 4 implementation of temporary systems to pump through the digester dome manways as shown on the plans and per Section 02 56 13 Digester Cleaning. Digester Cleaning: Removal and disposal ofbiosolids, residuals and debris associated with cleaning Digester Nos. I - 5 6 for construction and operational com pletion of the improvements shown on the plans and per Section 02 56 l 3 Digester Cleani ng . Digester Dome Repairs for Corrosion on Digester Nos. I -6 : Unit price bid item to install new 1/4" thick steel cover plate to repair existing corroded sections of dome cover plate at 6 locations to be identified by the Engineer during construction as specified on the contract documents. Surface preparation of existing cover plate and specified coati ng at existing plate and new cover ol ate . Digester Dome Structural Framing Member Repairs for Corrosion on Digester Nos . I • 6 : Unit price bid item to install new structural steel framing member repairs or 7 replacmetn of existing corroded framing members (i ncluding rolled W-shapes, ang les, plates and channels) of dome covers at locations to be identified by the Engineer during construction as specified on the contract documents. Digester Dome Appurtenances Remova l and Re pair (::; 8-inches) for Digester Nos . 1-6 : Removal of Digester 8 Dome Appurtenances :C: 8 inches in diameter and structural repair of digester dome in accordance with structural drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Reviied 9/J0/2021 Unit of Meas ure LS LS LS Days DT SF TON EA Bidder's App lication Bidder's Proposal B id Unit Price Bid Value Oua ntltv I ~22/ ~ ~s C)DO ~~B6~cX- I jgJ 3'>'1; ocO ·1. . ~~3,1 coo 1 ~ \ 1 too s, oCD ~) bo~. oco I 36 1,500 3,7 50 5 115 $1,00 0.0 0 $36 ,00 0 .0 0 $1,000 .00 $1 ,50 0 ,0 00.0 0 $8 0 .00 $3 0 0,00 0.00 $13 0 ,000 .00 $650 ,000.00 $1,3 00 .00 $149,500 .00 Village Creek WRF Oig~ter Milting. Flare, and Dome Improvements, Phase I City Proejct No. 102652 00 41 00 Bid Propoial Workbook(RJ.,dsx SECTION 00 42 43 PROPOSAL FORM 00 42 4) BI D PROPOSAL Page2of.S Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 UNIT PRIC E BID Project Item Information Base Bid Bid Item Description No . Digester Dome Appurtenances Removal and Repair 9 (> 8-inches) for Digester Nos 1-6 : Removal of Digester Dome Appurtenances > 8 inches in diameter and structural repair of digester dome in accordance with structural drawings. Digester Dome 8-inch Thief Hole Removal , Repair, and Replacement for Digester Nos . 1-6: Removal of Digester 10 Dome 8-inch diameter thief ho le and support kicker, structural repair of digester dome in accordance with structural drawings, insta ll ation of new thief hole per thief hole detail in the mechanical drawine:s. Digester Dome Appurtenances Removal , Repair, and Pipe Connection Replacement (>8-inches) for Digester Nos. 1-6 : Remo val of Digester Dome Appu rtenances > 8 inches in II diameter, structural repair of digester dome in accordance with structural drawings, welded installation of new schedule 40 carbon steel 150# flanged pipe connection > 8 inches in diameter to match ex isting and reinstallation of appurtenance with new hardware. Digester Dome 36-inch Manway Removal , Repair, and Replacement for Digester Nos . 1-6 : Removal of Digester 12 Dome 36-inch diameter Manway flush with dome, structural repair of digester dome in accordance with structural drawings, installation of new 36-inch diameter manway includine: flanged dome connection and cover olate. Surface preparation and installation of up to 3/4 " thick concrete surface repairs using specified cementitious 13 resurfacing materials at the interior concrete surfaces of s ludge overflow boxes at Digester Nos . I - 6 and at other loc ations specified on the contract drawings or at locations identified by the Engineer. Preparation and repa irs to the existing cracks by injection at 14 the concrete surfaces in the existing sludge overflow box and interior walls of Digester Nos . I -6, at locations identified by the Engineer Surface preparation and insta ll ation of concrete protective coatings per Spec Section 09 80 00, in side the sludge 15 overflow boxes at Digester Nos . I - 6, and at other locations specified on the drawings or at location s identified by the Engineer Removal and Rep lacement of24" Butterfly Valve in Compressor Building : Removal of the existing 24" Butterfly 16 Va lve and installation of a new 24" B utterfly Valve as shown on the plans and included in the specifications when authorized by the Owne r. Installation of 30-inch dia drilled concrete piers at the H2S Sys tem pad , Flare structures. The unit price bid item shall be 17 full compensation for installation of drilled concrete piers including dri ll ing, reinforcing and casing in accordance with th e Drawings and Specification s. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC IFICATION DOCUMENTS Revised 9/300021 Unit of Bi d Meas ure Oua ntltv EA 65 EA 4 EA 3 EA I CF 250 LF 1,107 SF 1,800 EA I VF 1,500 Bid de r's App licati o n Bidder's Proposal Unit Price Bid Va lu e $2 ,600.00 $169 ,000 .00 $50 00 .00 $2 0 ,000 .00 $10 ,00 0.0 0 $3 0 ,000 .00 $8 ,52 5.00 $8,5 25 .00 $940 .00 $235 ,000 .00 $125 .00 $138 ,375.00 $40.00 $72,00 0 .00 $75,000 .00 $75,000.00 $126.00 $18 9 ,000.00 Vill age Creek WR F Dige11ter Mixing, Flare. and Dome Improvements, Phaife I City Proejc1 No . 102652 00 41 00 Bid Proposal Workbook(R).xlsx SECTION 00 42 43 PROPOSAL FORM 00 4243 BID PR OPOSAL Page3of5 Village Creek WRF , Digester Mixing, Flare and Dome Improvements Phase 1 UNIT PRICE BID Project Item Information Base Bid Bid I te m Deteriptloo No . Additional concrete required for field adjustment of structural concrete pads and site paving to avoid conflicts with existing 18 utilities or existing construction. This unit price item includes associated additional form work, additional reinforcing steel and additional earthwork as required Temporary Electric for 4 Digesters Out of Service: Construction, Operation and Removal of all temporary 19 electrical components required if Owner can take Digester Nos. I - 4 out of service at one time during construction activities . Additional Temporary Electric for 2 Digesters Out of Service: Construction, Operation and Removal of all additional 20 temporary electrical components required if Owner can only take 2 Anaerobic D igesters out of service at one time during construction activities. Trench Safety System: Development, design and 21 implementation of a Trench Safety System as required by Occupational Safety and Health Administration and for the assumption of responsib ility of said system 22 Utility Relocation Allowance 23 Construction Allowance CITY OF' FORT WORTH STANDA RD CONSTRUCTION SPEC I FICATION DOCUMENTS Revised 9/30/2021 Unit of Measure CY LS LS LF LS LS Bidder's Application Bidder's Proposal Bid Unit Price Bid Va lu e Oua ntitv 50 $450.00 $22 ,500.00 I j /0~ 000 J;~1; oo D 1 j;./ '52; oo O 11??~ D6D 610 l I $10.00 $6,100.00 50,000.00 $50,000.00 150,000.00 $150,000.00 Total Ba se Bill sh,9'2~ aoo Village Creek WRF Diget.tcr Mixing, Flare , and Dome Improvements. Phase I Ci ty Proejct No . 102652 00 4 1 00 Bid Proposal Wor\:book(R).xlsx SECTION 00 42 43 PROPOSAL FORM 0042 4) BID PROPOSAL Page 4 of 5 Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 UN IT PRICE BID Bidder's Ap plicati on Project Item lnfonnation I Bidder's Proposal Base Bid Bid Item I Desc r ip tion I Un it of I Bid I Unit P rice I Bid Value No. Measure Oua ntltv A dd itive Alte rn ati ve Ite ms: The following additive alternates are not guaranteed . The Owner shall select items in a sequential order based on available budget. Additi ve Alte rnative No . I Digester Imp rovements : Construction and operational completion of the improvements for the Digester Nos . 7 & 8. Removal , disposal and replacement of the insu lation , including seal replacement, surface preparation and Al -I application of primer coating, insulation, top coating, and silicone wa lkways. Preparation and application of coating (Tnemec Series 406 or equal) fo r the full interior of the domes and digester dome skirts in accordance with the specification Section 09 90 00 and Section 09 96 60 excludin2 Civil Electrica l and 1/C and other bid items listed. Digester Dome Ma nway Pumping: Deve lopment, design and A l -2 implementat ion of temporary systems to pump through the digester dome manways for Digester Nos 7 & 8 as shown on the plans and per Section 02 56 13 Digester Cleaning. Digester Cleaning : Remova l and disposal ofbiosolids, residuals an d debris associated with cleaning Digester Nos. 7 Al-3 & 8 for co nstruc ti on and operational completion of the improvements shown on the plans and per Section 02 56 13 Digester Cleaning . Digester Dome Repairs fo r Corrosion on Digester Nos . 7 & 8: Unit price bid item to install new 1/4" thick steel cover plate Al-4 to repair existing corroded sections of dome cover plate at locations to be identified by the Engineer during construction as specified on the contract documents. Digester Dome Structural Beam Repairs for Corrosion on Digester Nos . 7 -8 : Unit price bid item to install new Al-5 structural su pport beams repair existing corroded sections of dome cover beams at locations to be identified by the Engineer duri ng construction as specified on the contract documents. Digester Dome Appertenances Removal and Repair ( ~ 8-incbes) for Digester Nos 7 & 8: Remova l of Digester Al-6 Dome Appurtenances ~ 8 inches in diameter and structural repair of digester dome in accordance with structural drawin 2s. Digester Dome Appertenances Re mova l and Repair (> 8-incbes) fo r Digester Nos 7 & 8 : Removal of Digester Al -7 Dome Appurtenances > 8 inches in diameter and structural repair of digester dome in accordance with structural drawings. Surface preparation and installation ofup to 3/4" thick concrete surface repairs usi ng specified cementi tious Al-8 res urfacing materials at the interior concrete surfaces of sludge overflow boxes at Digester Nos . 7 -8 and at other locations specified on the co ntract drawings or at locations identified by the Engineer. C ITY OF FORT WORTH STANDARD CON ST RUCTION SPECIFICAT ION CXXUMENTS Revised 9/3012021 LS Days DT SF TON EA EA CF ' \ \ , ro6, (~() ~/)0(,/ /SO 12 300 1,250 3 II 66 75 $1,000.00 $1 2 ,000 .00 $1 ,000.00 $300 ,000 .00 $84 .00 $105 ,00 0.0 0 $72 ,000 .00 $216 ,000 .00 $5 ,000 .00 $5 5 ,000.00 $1,97 5 .00 $13 0 ,3 50 .00 $1,000.00 $75 ,00 0.00 Village Creek WRF Digei;tcT Mix ing, Flare. and Dome Improvements. Phase I Ci ty Procjct No . I 02652 00 4 1 00 Bid Propoial Workbook(R).xlsx 00424) BID PROPOSAL Page 5of5 SECTION 00 42 43 PROPOSAL FORM Village Creek WRF, Digester Mi xing, Flare and Dome Improvements Phase 1 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Base Bid Bid Item Description Unit of Bid Unit Price Bid Value No . Measure Ouantltv Preparation and repairs to the existing cracks by injection at Al-9 the concrete surfaces in the existing sludge overflow box and LF 36 $125.00 $4,500 .00 interior walls of Digester Nos . 7 -8, at locations identified by the Engineer Surface preparation and installation of concrete protective coatings per Spec Section 09 80 00, inside the sludge Al-10 overflow boxes at Digester Nos. 7 -8, and at other locations SF 600 $35.00 $21 ,000.00 specified on the drawings or at locations identified by the Engineer Total Additive Alternative No 1 (Al) ti\, q Z'51 ~ , Additive Alternative No. 2 Electrical Transformers and Switchgear for P A9 and PA IO - "-923/ ooD ►92,~ ()0-C:, A2 Construction and operational completion of the LS I improvements for the Electrical Transformers and Switchgear PA9andPA10 Total Additive Alternative No 2 (A2) 'ft'-(Z.. ~ ... 0~ Additive Alternative No. 3 Scan Brick and Investigate Brick Ties on Digester Nos 1-6 $146 ,000 .00 $146 ,000.00 A3 and two additonal additonal digesters to be selected by LS I Owner. I Total Additive Alternative No 3 (A3) ~ \ '-\ ~ OQ;). a) Additive Alternative No. 4 Remove and replace damaged brick units identified by the $190.00 $28 ,500.00 Architect/Engineer during construction and when authorized SF 150 A4-l by the Owner Install new stainless steel brick ties at Digester EA 7,200 $38 .00 $273 ,600.00 A4-2 Nos . I -6, when authorized by the Owner Install new saw cut control joints on the brick fayade at Digester Nos . 1-6 including installation of new helical ties LS I $136 ,900.00 $136 ,900 .00 A4-3 each side of the joint as specified in the contract documents Total Additive Alternative No 4 (A4) ~ L\":>J'\, QO\S). o;) , Bid S ummary Options Total J = Base Bid= Total 2 = Base Bid + Al= Total 3 = Base Bid+ Al + A2 = Total 4 = Base Bid+ A I + A2 + A3 = Total S = Base Bid+ Al + A2 + A3 + A 4 = All bids will be evaluated for the same total for all contractors . The low bidder will be determined as the lowest amount for the total that allows the Owner to complete the most work witho ut exceeding their budget. CITY OF FORT WORTH STA~DARO CON STRUCTION SPEC IFICATION 00:UMENTS Revised 9/30/2021 Village Creek WRF Digei,ter Mill.ing, Flare. and Dome Improvements, Pha11e I City Procjct No . I 02652 00 41 00 Bid Proposal Workbook(R).xl,x BID BOND CONTRACTOR : (Name, legal status and address) Eagle Contracting, LLC 5700 Park Vista Circle Fort Worth , TX 76244 OWNER: (Nam e, legal status and address) City of Fort Worth 200 Texas Street Fort Worth , TX 76102 Travelers Casualty and Surety Company of America Hartford, Connecticut 06183 SURETY: (Name, legal status and principal place of business) Travelers Casualty and Surety Company of America One Tower Square Hartford , CT 06183 BOND AMOUNT: 5% G.A.B. Five Percent of the Greatest Amount Bid PROJECT: (Name , location or address, and Project number, if any) Village Creek Water Reclamation Facility Digester Mixing, Flare and Dome Improvements Phase 1, City Project No . 102652 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such t ime period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perfonn the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the tenn Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted berefrom and provisions confonning to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished , the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, 2010 Edition 1 Signed and sealed this 10th day of November • 2022 illl ess) L..o-.u..VZA C "--n l Cir\ I Muska, General Counsel of America (Seal) (Witn e:,Jo:vid T. Miclette The Company executing this bond vouches that thi s document conforms to American Institute of Architects Document A310, 2010 Ed ition 2 ~ ~ TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY ,NOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America , Travelers Casualty and Surety Company , and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Nikole Jeannette of HOUSTON , Texas , their true and lawful Attorney(s)-in-Fact 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 21st day of April , 2021. State of Connecticut City of Hartford ss. On this the 21st day of April , 2021 , before me personally appeared Robert L. Raney , who acknowledged himself to be the Senior Vice President of each of the Companies , and that he , as such , being authorized so to do , executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF , I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik , Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of e Companies , 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 Vice President , the Treasurer , any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appo int Attorneys-in-Fact and Agents to act for and on behalf 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 indem nity , and other writings obligatory in the nature of a bond , recognizance , or cond itional 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 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, Kevin E. Hughes , the undersigned, Assistant Secretary of each of the Companies , do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies , which remains in full force and effect. Dated _!pis, . _\~~ ~.a<l~_ of~-. N~ v-c, yY\ 'etx--., 2-D J.-1-: / .. 07 ~ ~ .,, -. To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney{s}-in-Fact and the details of the bond to which this Power of Attorney is attached. •• TRAVELERS J IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street, W . Tower, Suite 2900 Philadelphia, PA 19102 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department oflnsurance P.O. Box 149104 Austin , TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53 .202 , Property Code, effective September 1, 2001. SECTION 00 43 37 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonres ident bidders . This law prov ides that , in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construct ion, 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 nonres ident bidder in order to obtain a comparable contract in the State which the nonresident's principa l place of bus iness is located. The appropriate blanks in Section A must be filled out by all nonres ident bidders in order for your bid to meet specifications . The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of N/A , our principal place of business , are required to be N/A percent lower than resident bidders by State Law . A copy of the statute is attached . Nonresident bidders in the State of N/A , our principal place of business , are not required to underbid resident bidders . B. The principal place of business of our company or our parent company or majority owne r is in the State of Texas . IXl BIDDER: E ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCT ION SPECI FICATION DOCU M ENTS Rev is ed 9/30/2021 By : Roy Ewen 1Zt ~ Title: President Date : November 10 , 2022 00 41 00 Bid Proposal Workbook(R).xlsx Corporations Section P.O.Box 13697 '" Austin, Texas 78711-3697 Office of the Secretary of State CERTIFICATE OF CONVERSION John B . Scott Secretary of State The undersigned , as Secretary of State of Texas, hereby certifies that a filing instrument for EAGLE CONTRACTING LIMITED PART RSHIP F ile Number: 12142710 Converting it to Eagle Contracting, LLC File umber: 804318633 has been received in this office and has been found to conform to law . ACC ORDINGLY the undersigned, as Secretary of State, and by virtue of the authority vested in the secretary by law, hereby issues this certificate evidencing the acceptance and filing of the conversion on the date shown below . Dated : 11/15/2021 Effective: 11/15/2021 Phone : (512) 463-5555 Prepared by : Kika Garza John B. Scott Secretary of State Co me vis it us on th e internet at https :l/www.sos.texas.g ov/ Fax : (512 ) 46 3-5709 Dial: 7-1-1 fo r Rela y Se rv ices TID : 10340 Document: 1094277400006 Filing #:12 14271 0 Document#:1094277400006 Fil ed On 11 /15/2021 received by Upload CERTIFICATE OF CONVERSION OF EAGLE CONTRACTING LIMITED PARTNERSHIP SOS File# 0012142710 INTO EAGLE CONTRACTING, LLC Pursuant to the provisions of Title l, Chapter IO of the Texas Business Organizations Code, the undersigned converting entity certifies the following Certificate ·of Conversion adopted for the purpose of effeciing a conversion in accordance with the provisions of the Texas Business Organizations Code. 1. A Plan of Conversion was approved and adopted in ac~ordance with the provisions of Title I, Chapter JO, Section I0.101et seq. of the Texas Business Organizations Code providing for the .conversion of Eagle Contracting Limited Partnership, a limited partnership .formed under the Texas Business Organizations Code into Eagle Contracting , LLC a Texas limited li°ability company.· A copy of the Plan of Conversion which was approved and adopted in accordance with the provisions of Section 10. I0l(b) of the Texas Business Organizations Code is attached hereto as Exhibit .. A" and made a part hereof for all purposes. 2. The executed Plan of Conversion is on file at the principal place of business of the converting entity at .5700 PARK VISTA_ CIRCLE, FORT WORTH, TX 76244 and , from and after the com:~rsion, an executed Plan of Conversion will be on file at the principal place o_f business of th _e ~onverted entity at 5700 PARK VJSTt:\ CIRCLE , FORT WQ!{TH , TX 76244 . 3-. ., A copy of the Plan of Conversion wilJ be furnished by the converting entity (prior to the conversion) or by the converted entity (after the conversion) on written request and without cost to any shareholder or member of the converting entity or the converted entity. •· 4. The approval of the Plan of Conversion was duly authorized· by all action required by the ·taws under which Eagle Contracting Limited Partnership was formed and by its constituent documents . The percentage ownership of the partnership interests of Eagle Contracting Limited Partnership entitled to vote , \Vith other shares or as a class , on the plan of conversion are as follows : Partnership Number of Shares Entitled Jnterests Outstanding Class or Series to Vote as a Class or Series 100% General and Limited Partnership Interest -0- 5. The number of shares, not entitled to vote only as a class, voted for and against the Plan of Conversion, respectively , and, if the shares of any class or series are entitled to vote as a class, the number of shares of each such class or series voted for and against the Plan of Conversion , are as follows : Total Class Total Voted For Voted A2ainst or Series 100% -0-General and Limited Partnership Interest CE RTI FI CATEOFCONVERSJON Number of Shares Entitled to Vote as a Class or Series NIA PAGE I 6. The Certificate of Formation of Eagle Contracting LLC , which is to be created pursuant to the Plan of Conversion is being filed with the Secretary of State of Texas with this Certificate of Conversion. A copy of said Certificate of Formation is attached hereto as Exhibit "B" and made a part hereof for all purposes. 7. Eagle Contracting, LLC will be responsible for the payment of all franchise or margin taxes and fees of Eagle Contracting Limited Partnership and the converted entity will be obligated to pay such franchise or margin taxes and fees if same are not timely paid by the converting entity. 8. The conversion will become effective on the date of tiling with the Secretary of State of the State of Texas in accordance with the provisions of article I 0.105 of the Texas Business Organizations Code. Dated: November 10 , 2021, to become effective on the date of filing with the Secretary of State of the State of Texas. PL AN OF CONV ERSIO N Eagle Contracting Limited Partnership . Through HEH Enterprises, L.L.C. General Partner By: Roy Ewin, President Eagle Contracting Limited Partnership Through B.J. Haynes Enterprises, L.L.C. General Partner PA GE 2 Exhibit "A" PLAN .OF CONVERSION · OF EAGLE CONTRACTING LIMITED PARTNERSHIP (a Texas Limited Partnership) INTO EAGLE CONTRACTING, LLC (a Texas limited Uability company) THIS PLAN OF CONVERSION, is made effective as of October 26, 2021 (the "Plan"), and is made pursuant to Title I, Chapter I 0, Section I 0.10 I et seq. of the Texas Business Organizations Code (the "TBOC"), by Eagle Contracting Limit~d Partnership, a Texas limited partnership (hereinafter referred to as the "Converting Entity''). WITNESS ETH: WHEREAS, Converting Entity is a limited partnership duly. organized and validly existing uader the laws of the State of Texas; and the ownership of.such Converting Entity is as follows; NAME: BJ. Haynes Enterprises, L.L.C. HEH Enterprises, L.L.C. Roy Ewen . Billy Haynes . OWNERSHIP %: .004 .006 · 59.994 39.996 WHEREAS, the general and limited partners of the Converting Entity unani_mously de~m it adv_i'saqle and in the best interests of Converting Entity and -it~ partners that Converting Entity conve11 into Eagle Contracting, LLC, a Texas limited Liability Company, as provided herein (the "Conversion").and by resolutions duly adopted and approved pursu.ant to the tenns and provisions onhis Plan; NOW, THEREFORE, in consideration of the premises and the mutual agreements hereinafter set forth, in accordance with the provisions of applicable law, the parties hereby agree as follows: ARTICLE I General 1.0 l. The Conversion. The general and limited partners of the Converting Entity each agree to effect the Conversion, subject to the tenns and conditions herein set forth. This Plan of Conversion has been submitted to all of the partners of the Converting Entity entitled to vote with respect to the subject matter hereof (the "Partners"), for adoption and approval in accordance with the TBOC, by consents in writing executed by the Partners of Converting Entity. 1.02 Converted Entity. Upon the Effective Date, as defined in Section 1.07 hereof, the Conversion shalJ be accomplished by converting the Converting Entity into Eagle Contracting PLAN OF CONVERSION PAGE J Eagle Contra.cting , LLC. (hereinafter sometimes referred to as the "Converted Entity "), and the existence of Converting Entity shall continue in the form of Converted Entity . 1.03 Organizational Form of Converted Entity. The Converted Entity shall be a limited liability company fonned pursuant to the laws of the State of Texas. 1.04 · Certificate of Formation and RegulationsofConverted Entity. Upon .the Effective Date , the Certificate of Formation of Converted Entity (attached as Exhibit "B." to the Certi _ficate of Conversion to be filed with the Texas Secretary of State) shall be and remain the Certificate of Formation of the Converted Entity, until altered, amended or repealed. Upon the Effecti".e Date , the Regulations of Converted Entity shall be and remain the Regulations of the Conyerted Entity , untiJ altered , amended or repealed. 1.05 . Properties and Liabilities. Upon the Effective Date, Converting Entity shall be converted -into the Converted Entity and the existence of Converting Entity shall continue, without interruption, in the form of Converted Entity. The Converted Entity shall , from and after the Effective Date , possess-all the rights, privileges, immu·nities, powers and franchises of whatsoever nature and description , of a public as well as a private nature, and be subject to all the restrictions , disabilities and duties of the Converting Entity. Other converting conditions are as follows: · a. All rights , title and interest in property , real , personal and mixed ,-and all debts on whatever account; as well as all other things in action belonging to or due to Converting Entity shall" confinue ·to be owned by or due to the Conve1ted Entity , and -all property , rights; privileges , immunities, powers , licenses , leases , and franchises , and all and every other interests shall be thereafter as effectively the property of the Converted Entity as they were of the .Converting Entity , and the tide to any real estate · vested_ by deed or otherwise and any leaseholder interests in the converted En t ity shall not reve11 or be in · any way impaired by reason of the Conversion. b. All liabilities or obligations of the Converting Entity shall continue to be li"abilities and obligations of the Converted Entity without impairment or diminution by reason of the conversion. c. : AH rights of creditors or other parties with respect to or against ;the Converting Entity , in existence as of the Effective Date will continue to exist as to those liabilities and obligations and be pursued by tho se creditors and obligees as if the Conversion had not occtnTed, and all liens upon the property of the Converting Entity shall be preserved unimpaired , and all debts, liabilities, obligations and duties of the Converting Entity shall continue to exist and to be thenceforth attached to the Converted Entity , and may be enforced against it to the same extent as if the said debts, liabilities , obligations and duties had been incurred or contracted by it. d. Any claim, action or proceeding , whether civil , criminal or administrative, pending by or against the Converting Entity , may be continued by or against the Converted Entity or the prior members, as the case may be, without any substitution of parties. 1.06. Additional Acts. Converting Entity hereby agrees that at any time , or from time to time, as and when requested by the Converted Entity, or by its successors and assigns , it will execute and deliver , or cause to be executed or delivered in its name by its last acting officers , or by the corresponding officers of the Converted Entity , all such conveyances , assignments, transfers, deeds or other instruments , and will take or cause to be taken such further or other action PLA N O F CONV ERSI O N PAG E 2 as the Converted Entity , its successors or assigns, may deem necessary , desirable or appropriate in order to evidence the transfer , vesting or devolution of any property , right, privilege, immunity or franchise, or to vest or perfect in or confirm to the Converted Entity , its successors and assigns , title to and possession of all of the property, rights, privileges, powers , immunities, franchises , leases, and interests referred to in this Article J and otherwise to carry out the intent an.cl purposes hereof. 1.07. Effective Date. The Effective Date of the Conversion of Converting Entity into Converted Entity shall be the effective date as set forth in the Certificate of Fonnation regarding the Conversion to be filed with the Texas Secretary of State. ARTICLE U Ovmership Interests of the Converted Entity 2.0 I. Conversion . of Ownership Interests. The manner of the conversion of the Ownership Interests of Converting Entity upon the Effective Date shall be as hereinafter set forth in this Section 2.01. All of the Ownership Interests of Converting Entity issued , outstanding and standing in the name of the Partners as reflected in the books and records of the Converting Entity immediately prior to the Effective Date , and all rights in respect thereof shall thereupon , by virtue of the Conversion and without any further action on the pa11 of the holder thereof, shall automatically become and be converted into Units of membership of Converted Entity with each percentage of the Ownership Interests or fraction thereof in the Converting Entity equaling one Unit of membership or fraction thereof in the Converted Entity. The Units of membership interest in the Converted Entity received by the Partner of the Converting Entity shall be Units of membership interest in the Converted Entity. ARTICLE III Tax Aspects 3.0 I. Tax Treatment. The Converting Entity and the Converted Entity hereby acknowledge and agree that: · .(a) the transactions contemplated hereby shall be treated -for all purposes as: (i) the transfer of all assets and liabilities of the Converting Entity into the Converted Entity ; (ii) the conversion of the Converting Entity is a mere change in form or identity of the Converting Entity; and (iii) the conversion is a tax-free reorganization under Section 368(a)(l )(F) of the Internal Revenue Code and any other applicable federal and state laws. (b) this Plan of Conversion shall constitute a ''plan of reorganization" for purposes of Section 368(a) of the Internal Revenue Code. 3.02 Reporting . The Converting Entity and the Converted Entity agree to file such ta.x reports and statements in a manner which is consistent with Section 3.01 above. PLAN OF CON V ERSIO N PAGE J WI above . PLAN OF NVER JO WH REOF thi s Plan has been exe uted as of th day and ear fir st written Eagle ontracting Limited Partnership Through HEH Enterprises, .L.C . General Partner By: R y Ewen Pr sident Eagle ontracting Limited Partnership Through B.J. Haynes Enterprises, LL. General Partner By: Billy Hays~ Roy Ewen, Limited Partner P GE4 EXHIBIT "B" CERTIFICATE OF FORMATION OF EAGLE CONTRACTING, LLC Pursuant to the provisions of Title 1, Chapter 10 of the Texas Business Organizations Code , and the Plan of Conversion adopted by Eagle Contracting Limited Partnership, the following Certificate of F OITT).ation was adopted: ARTICLE ONE The name of the Limited Liability Company to be formed is Eagle Contracting, LLC, which _ entity is being formed pursuant to a plan of conversion and the converting entity's name is Eagle Contracting Limited Partnership, whose mailing address is PO BOX 1600, KELLER, TX 76244-1600 and whose registered office street address is 5700 PARK VISTA CIRCLE, FORT WORTH, TX 76244, which entity is a limited partnership formed under the laws of the State of Texas on February 11, 1987, Texas Secretary of State file number 0012142710 . ARTICLE TWO The period of duration of this Limited Liability Company is perpetual from the date of the filing of this Certificate of Formation with the Secretary of State or until the earlier dissolution of the Limited Liability Company in accordance with the provisions of its Regulations or Company Agreement and the Texas Business Organizations Code . ARTICLE THREE Except as provided in the Regulations or Company Agreement, the purpose for which the Limited Liability Company is organized is to conduct any lawful business, to promote any lawful purpose and to engage in any lawful act or activity for which limited liability companies may be organized under the Texas Business Organization Code, including, but not limited to the purchase, development, sale, service, lease and management of personal and real properties of all kinds and descriptions. ARTICLE FOUR The Limited Liability Company shall have the powers provided for pursuant to Section 2 .101, et seq. of the Texas Business Organizations Code. ARTICLE FIVE The Limited Liability Company will not commence business until it has received fo r the issuance of its certificates or units of membership interest consideration consisting of money , labor done, a promissory note , or property received. ARTICLE SIX On each matter on which the membership interest is entitled to vote , a member will have one (1) vote or a fraction of one vote per one percent of membership interest or fraction _ of membership interest owned by the member. The members of the entity may take action without holding a meeting , providing notice, or ta.king a vote if the members of the entity having at least the minimum number of votes that would be necessary to take the action that is the subject of the consent at a meeting , in which each member entitled to vote on the action is present and votes , signs a written consent or consents stating the action ta.ken. A written consent or consents described in this Article must include the date each member signed the consent and is effective to take the action that is the subject of the consent only if the consent or consents are delivered to the entity not later than the 60th day after the date the earliest dated consent is delivered to the entity as requ ired by the Business Organizations Code . T he entity shall promptly notify each owner or member who did not sign a consent described by this Article of the action that is the subject of the consent. ARTICLE SEVEN The street address of the initial registered office of the Limited Liability Company is 2832 Prairie View Drive, Argyle, Texas 76226, and the name of its registered agent at such address is Roy Ewen. The address of the principal place of business is 5700 Park Vista Cir, Fort Worth , TX 76244. ARTICLE EIGHT The Limited Liability Company shall be managed by a manager or managers. The number of initial Managers is one (I) initial manager, and the name and address of the person who is to serve as Manager until the first annual meeting of the Members or until his successor is elected and qualified is as follows : Roy Ewen 2832 Prairie View Drive Argyle , Texas 76226 ARTICLE NINE The initial Regulat ions or Company Agreement will be adopted by the Managers. The powers to alter, amend, or repeal the Regulations or Company Agreement, or adopt new Regulations or Company Agreement is vested in the Members, and the Managers shall not have the right to alter, amend, or repeal the Regulations or adopt new Regulations or Company Agreement. ARTICLE ELEVEN To the full extent permitted by Texas law, no Manager of the Limited Liability Company shall be liable to the Limited Liability Company or its Members for monetary damages for an act or omission in such Manager's capacity as a Manager of the Limited Liability Company , except that this Article does not eliminate or limit the Liability of a Manager to the extent the Manager is found liable for (i) a breach of the Manager's duty of loyalty to the Company or its members; (ii) an act or omission not in good faith that constitutes a breach of duty of the Manager to the Company or an act or omission that involves intentional misconduct or a knowing violation of the law; (iii) a transaction from which the Manager received an improper benefit whether or not the benefit z:~sulted from an action taken within the scope of the Manager's office; or (iv) an act or omission for which the Liability of a Manager is expressly provided by an applicable statute , Any repeal or amendment of this Article by the members of the Company shall be prospective only and shall not adversely affect any limitation on the Liability of a Manager of the Company existing at the ·time of such repeal or amendment. In addition to the circumstances in which the M~ager of the Company i~ not liable as set forth in the preceding sentences, the Manager shall not be liable to the fullest extent permitted by any provision of the statutes of Texas hereafter enacted that further limits the Liability of a Manager or of a director of a corporation. The foregoing elimination of the liability to the Limited Liability Company or its Members for monetary damages shall not be deemed exclusive of any other rights or limitations of liability or indemnity to which a Manager may be entitled under any other provision of the Certificate of F01mation, the Regulations or Company Agr~ement of the Limited Liability Company, contract or agreement, vote of Members ancyor disinterested Managers of the Limited Liability Company , or otherwise . ARTICLE TWELVE The membership interest of the Limited Liability Company will be subject to restrictions on its transferability as set out in any buy-sell agreement by and among its members, the Regulations or Company Agreement of the Limited Liability Company, which buy-sell agreement, if any, and/or Regulations or Company Agreement will be kept with the records of the Limited Liability Company . The Limited Liability Company will provide a copy of the buy -sell agreement, if any, and/or Regulations or Company Agreement without charge to any record holder of a membership interest upon written request addressed to the Limited Liability Company at its Principal .business office or its registered agent's address. ARTICLE TIDRTEEN This Certificate of Formation may be amended, modified, supplemented or restated in any manner pennitted by applicable law and approved by the affirmative vote of members owning fifty-one percent (51 %) in interest of the membership interests in the Company then outstanding. IN WITNESS WHEREOF , I have hereunto set my hand this November 10 , 2021. PLAN OF CONVERSION PAGE9 00 45 11 -I BIDDERS PREQUALIFICA TIONS Page I of4 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7) days prior to the 11 date of the opening of bids. Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example, a contractor wishing to submit bids on 18 projects to be opened on the 7th of April must file the information by the 31st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's 20 Prequalification Application, the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm 's organizational documents (Corporate Charter, Articles 28 of Incorporation, Articles of Organization , Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts on line at the 34 following web address www.window.state.tx.us/taxpermit/ and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects . The DUNS 39 number may be obtained at www .dnb .com. 40 d . Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification. These resumes should include the size and 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECTFICA TION DOCUMENT City Proiect No. 102652 Revised August 13 , 2021 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3. 00 45 11 -2 BIDDERS PREQUALIFICA TIO S Page 2 of 4 (I) The City requires that the original Financial Statement or a certified copy be submitted fo r consideration. (2) To be satisfactory, the fina n cial statements mu st be audited or reviewed by an independent, certified publ ic accounting firm registered and in good standing in any state . Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or register ed with the Texas State Board of Public Accountancy . (3) The accounting firm should state in the audit report or review whether the contractor is an individual , corporation, or limited liability company . (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time . (8) The financial statement must be prepared as of the last day of any month , not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts . Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets -current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application . A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Inc ompl ete A ppli cati on s w ill b e rej ected. (1) In those schedules where there is nothing to report, the notation of ''None" or "NI A" shou ld be inserted. (2) A minimum of five (5) references of related work must be provided . (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is re lated to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above wi ll not be accepted. Eli gib ility fo r Award of Co n tra ct a. The City shall be the sole judge as to a contractor's prequalification . CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Im provements Phase I ST ANDA RD CONSTRUCTION SPECTFICA TION DOCUMENT City Pro iect No. 102652 Revi sed Au gust 13, 2021 2 3 4 5 6 7 8 9 10 11 12 00 45 11 -3 BIDDERS PREQUALIFICA TION S Page 3 of 4 b . The City may reject , suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c . The City will issue a letter as to the status of the prequalification approval. d . If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION C ITY O F FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFIC ATION DOCUMENT City Proiect No. /02652 Revised Aug ust 13, 202 1 00 45 11 -4 BIDDERS PREQUALIFICA TIONS Page 4 of 4 THIS PAGE INENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised August 13 , 2021 SECTION 00 45 12 PREQUALIFICATION STATEMENT 00 4512 PREQUALIFICATION STATEMENT Page 1 of 1 Each Bidde r for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed . Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Wastewater Treament Plant Eagle Contracting , LLC April 30, 2023 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed . BIDDER: Eagle Contracting , LLC P.O. Box 1600 I 5700 Park Vista Circle Fort Worth , Texas 76244 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF ICATION DOCUMENTS Revised 09/30/2021 END OF SECTION Title : President Date : November 10, 2022 00 41 00 Bid Proposal Workbook(R).xlsx fORTWORTH Date of Balance Sheet SECTION 00 45 13 PREQUALTFJCA TION APPLICATION Mark only one: Individual Name under which you wish to qualify Limited Partnership General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No . Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below . A separate submittal is required for water/sewer, paving, and lighting: Work Category -Water Dept -Water/sewer Work Category -TPW Paving Work Category -TPW Ped/Rdwy Lighting ~ john .kasavich@FortWorthTexas.gov Alicia.Garcia@ fortworthtex as .gov clint.hoover@fortworthtex as .gov Worth Water Department Engineering and City of Fort Worth Transportation and Public City ofFort Worth TPW Transportation L Jcal Services Divi s ion 200 Texas St. Fort Works Dept. 8851 Camo Bowie West Blvd. Fort Management Attn : Clint Ho over P .E. 5001 CITY O F FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SP EC IFI CATION DOCUM ENT Citv Proiect No. 102652 Re vised August 13 , 202 1 00 4 5 13 -2 BIDD ER PREQUALIFICATION APPLICATION Page 2 of IO Worth , TX 76102 Worth , Tex as 76116 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised August 13, 2021 00 45 13 - 3 BIDDER PREQUALIFICA TION APPLICATION Page 3 of 10 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable-Block 3 is to be left blank if Block 1 and/or Block 2 is checked) D Has fewer than 100 employees and/or D Has less than $6,000,000.00 in annual gross receipts OR D Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring -24-inch diameter casing and less Augur Boring -Greater than 24-inch diameter casing and greater Tunneling -36-Inches -60 -inches, and 350 LF or less Tunneling -36-Inches -60 -inches, and greater than 350 LF Tunneling -66" and greater, 350 LF and greater Tunneling-66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal , 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution , Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches -36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised August 13, 2021 0045 13 -4 BIDDER PR EQUALIFICA TJON APPLICATION Page 4 of 10 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System , Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System , Urban/Renewal, 12-inches and smaller Sewer Interceptors , Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal , 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors , Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal , 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning , 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1 ,000 ,000) Asphalt Paving Heavy Maintenance ($1 ,000 ,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only concrete paving C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST ANDA RD CONSTRUCTION SPEC TFI CA TION DOCUMENT Citv Proiect No. 102652 Rev ised August 13, 202 1 1. List equipment you do not own but which is available by renting 00 45 13 -5 BIDDER PREQUALIFICA TION APPLICATION Page 5 of 10 DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? ______________________________________ _ List previous business names: _____________________________ _ 3. How many years of experience in __________ construction work has your organization had : (a) As a General Contractor: _____ _ (b) As a Sub-Contractor: _____ _ 4 . *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY-ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? ________________ _ If so, where and why? ______________________________ _ 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? ________________________________ _ If so , state the name of the individual , other organization and reason. ______________ _ 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? ______________________________________ _ If so , state the name of the individual , name of owner and reason. _______________ _ C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRU CTION SPECIFTCA TION DOCUMENT City Proiect No. 102652 Revised Aug ust 13, 202 1 00 45 13 -6 BIDD ER PR EQUALIFICA TION APPLICATION Page 6 of JO 8 . In what other lines of business are you financially interested? _______________ _ 9. Have you ever performed any work for the City? ____________________ _ If so, when and to whom do you refer? _________________________ _ 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. ________________________________ _ 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13 . If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage . ________________________________ _ CITY O F FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST ANDA RD CONSTRU CTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Rev ised August 13, 202 1 CORPORATION BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State oflncorporation Date of organization File No . Officers or Managers (with titles , if any) 00 45 13 - 7 BIDDER PREQUALIFICA TION APPLICATION Page 7 of IO PARTNERSHIP BLOCK If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No . (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. 14. Equipment $ _____ _ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY O F FORT WORTH Village Creek WRF. Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENT City Proiect No . 101651 R evised August 13, 202 1 ITEM 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 QUANTITY ITEM D E SCRIPTION V ar iou s- 0045 13-8 BID DER PREQUALIFICATI ON APP LICATION Page 8 of 10 BA L ANCE SHEE T VALUE TOTAL CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I ST AND ARD CONSTRUCTION SPE CIFT C A TTON DOCUMENT Citv Proiect N o. I 02 652 Revi sed August 13 , 202 1 00 45 13 -9 BIDDER PREQUALIFICATION APPLICATION Page 9 of 10 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. ______________________ , being duly sworn, deposes and says that he/she is the _______________ of ____________ , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this _____ day of ______________ _ Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST ANDA RD CONSTRUCTION SPECTFICA TION DOCUMENT City Proiect No. 102652 Revised August 13 , 2021 THIS PAGE INTENTIONALLY LEFT BLANK 00 45 26 -I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of2 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406 .096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No . 102652 . Contractor further certifies that, pursuant to Texas Labor Code , Section 6 406 .096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Eagle Contracting, LLC 12 Company 13 14 P.O. Box 1600 I 5700 Park Vista Circle 15 Address 16 17 Fort Worth, Texas 76244 18 City/State/Zip 19 20 21 22 23 24 THE STATE OF TEXAS COUNTY OF TARRANT § § By: ----~R~o"-'y~E=w~en~----- ~ase Print) Signature : --~-1-U,' 114,11'1---'kj,:.....i....,~'------- Title : President ____ ..,____.,_===~------- (Please Print) 25 BEFORE ME, the undersigned authority, on this day personally appeared 26 Roy Ewen , known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of President for the purposes and 29 consideration therein expressed and in the capacity therein stated . 30 31 32 33 34 35 36 37 38 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 10th day of -----November , 2022 ~kRQ /;:l!JwRachel Harris Notary Public in and for the State of Texas END OF SECTION CHEL A. HARRIS ID #1 32568265 y Commission Expires July 14, 2024 ""'''' C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CitvProiect No. 102652 Revi se d Jul y 1,20 I I IA 00 45 40 -I Bu sin ess Equi ty Go a l Page I of 2 SECTION 00 45 40 Business Equity Goal 3 4 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable . 7 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 8 (M/WBEs). 9 IO POLICY STATEMENT 11 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 12 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 13 stated in the City 's Business Equity Ordinance No.25165-10-2021 , (replacing Ordinance No. 24534-11- 14 2020 (codified at: https://codelibrary .amlega l.com/codes/ftworth/lates t/ftworth tx/0-0-0-22593) apply to 15 this bid. 16 17 BUSINESS EQUITY PROJECT GOAL l 8 The City's Business Equity goal on this project is (Z ero) 0. 0 % of the total bid value of the contract 19 20 2 1 22 3 4 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 } METHODS TO COMPLY WITH THE GOAL On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the ordinance through one of the following methods: 1. Commercially useful services performed by a Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination of Business Equity prime services and Business Equity subcontracting participation, 4. Business Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime contractor Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION Applieable doeurneets (listed below) ml:lst be reeeived b)' the Pmehasieg Divisioe , OR the offerer shall E~<lAIL the Busieess Equity doeumeetatioe to the assigeed City of Fort Worth Projeet Maeager or Departmeet Desigeee. Doeuments ere to he reeehred no later then 2:00 fJ.m., on the !!!.!!'.!! City husieess day after the hid OfJening date, exelusive of the hid OfJening date. The Offerer must s1:1bmit oee or more of the followieg doeumeets: I . Utili2ietioe Form eed Letter(s) of Intent, if the goal is met or exceeded; 2 . Good Feith Effort Form end Utili:Zetion Form , ieeludieg supportieg doe1:1meetatioe , if partieipatioe is less thae stated goal , or AO Busieess Eql:lity partieipatioe is accomplished; 3. Prime Contreetor \\1ehrer Form, i0el1:1dieg supporting doe1:1meetatioe , if the Offerer will perferm all subeoetraetieg/supplier opportueities; or 4 . Joint Venture/Mentor Protege Form, if goal is met or exeeeded with a Joiet Venture or Mentor Pretege partieipatioe . These forms een he found et: Bl:lsieess Equit)· Utili2:atioe Form aed Letter of Ieteet http s://apps .fortworthtmrns.gov/PrejeetResourees/Reso1:1reesP /60%20 %20M'.l/BE/NEW%20Business%20Equity%20Ordinaeee/Bus ieess%20Equity%20Utili2:atioe %20Form . ~ CITY OF FO RT WO RTH Village Creek WRF, Digester Mixing. Flare and Dome /mproveme11ts P/rase I STA N DA RD CONS TR UC TION SP EC IFI C A TTO N DOCU M EN TS Citv Proiect No. /02652 Re vise d October 27 , 202 1 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2 1 22 23 24 25 26 27 28 ~ 29 30 31 32 33 34 35 Letter o f Intent https://apps .fortworthtexas.gov/ProjectResources/ResourcesP/60 Ordinance/Letter oflntent 2021 .pdf 00 45 40 -2 B usiness Eq ui ty Goa l Page 2 of2 MWBE/NEW Busirrnss Equity Bus ine ss Equity Good Faith Effort Form http s://apps .fortworthte:Kas.gov /ProjectResourees/ResourcesP/60 %20 %20M\:VBE/NEW%20Business%20Eguity%20Ordinance/Bus iness%20Eguity%20Good%20Faith%20Ef fort%20Form .pdf Bl:l s ine ss E quity Prin=te Contractor Waiver Form https ://apps. fortworthte1rns. gov/Pro j ectResources/ResourcesP/60%20 %20MWBE/NEW~~20Business%20Eguity%20Ordinance/Business%20Eguity%20Prime%20Contractor %20Waiver. pdf Bus ine ss Equity Joint Venture Form https ://apps .fomvorthtexas.gov/ProjectResources/ResourcesP/60%20 %20MVlBE/1'iEW%20Bl:lsiness%20Eguity%20Ordinance/Business%20Egl:lity%20Joint%20Venture .pdf FAILURE TO ACHIEVE THE COAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE Bll)DER+OFFEROR BEING DECLARED NON RESPONSIVE AND THE 8(1) REJECTED. FAILURE TO SUBMIT THE REQUIRED BUSINESS EOUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE \\4LL RESULT IN THE BID BEING DECLARED NON RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS AS DESCRIBED IN SEC. 10 373 OF THE ORDINANCE. No documents need to be submitted to the Purchasing Division or emailed to the City of Fort Worth Project Manager or department designee for this project. For Questions, Please Contact The Business Equity Division of the Department of Diversity and Inclusion at (817) 392-2674. END OF SECTION C ITY OF FORT WORTH Villag e Creek WR F, Di ges ter Mix ing, Flare and Dom e Impro vements Pha se I STANDARD CONSTR UCT ION SPECIF ICAT ION DOCUMENTS Cit11 Pmiect No. 102652 Revised October 27. 202 1 SECTION 00 52 43 AGREEMENT 00 52 43 -I Agreement Page I of7 THIS AGREEMENT, authorized on December 11 2022 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Eagle Contracting, LLC , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows : Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows : Village Creek Water Reclamation Facility Digester Mixing, Flare and Dome Improvements Phase 1 City Proiect No . 102652 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of thirty nine million seven hundred seventy three thousand Dollars($ 39, 773,000 .00_J . Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Interim Milestones and Final Acceptance. Interim Milestones are defined in Section 01 14 00 -Coordination with Owner's Operations. The Work shall be complete for Milestone 1 -Digester Gas Flares, Condensate Vault, and 30" LDG within 360 calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Work shall be complete for Milestone 2 -H2S Removal System and Refrigerative Digester Gas Dryers within 440 calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Work shall be complete for Substantial Completion within 1,065 calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions lus an extension thereoti Uowed-j~c.co with Article 12 of the General Conditions. OfF~CiAL RECORD CHT'u' ifCRETARY Fl C IT Y OF FO RT WORT H Village Creek WRF, Dig'tsler Mixing, Elllll and Do"'( l!J$1rovements Pl1ase I ST A N DARD CONSTRUCTION SP ECIFICATION DOC UM ENTS City Proiect No. /02652 Re vi sed 11/23/2021 00 52 43 - 2 Agreement Pagc2of7 The Work shall be complete for Final Acceptance within 1,095 calendar days after the date when the Contract Time commences to run, as provided in Paragraph 2 .02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4 .2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones , if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time . Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty): Contractor shall pay City Two Tho11sand Five H11ndred Dollars ($2,500.00) for each day that expires after the time specified in Paragraph 4.1 for Milestone 1 - Digester Gas Flares, Condensate Vault, and 30" LDG. Contractor shall pay City Two Thousand Five Hundred Dollars ($2,500.00) for each day that expires after the time specified in Paragraph 4.1 for Milestone 2 - H2S Removal System and Refrigerative Digester Gas Dryers. Contractor shall pay City One Thousand Dollars ($1,000.00) for each day that expires after the time specified in Paragraph 4.1 for Substantial Completion until the City issues the Letter of Substantial Completion. Contractor shall pay City One Thousand Dollars ($1,000 .00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance . Article 5. CONTRACT DOCUMENTS 5 .1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: I. This Agreement. 2 . Attachments to this Agreement: a. Bid Form l) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. insurance ACORD Form(s) d . Payment Bond e. Performance Bond f. Maintenance Bond g . Power of Attorney for the Bonds h. Worker's Compensation Affidavit MBE and/or SBE Utilization Form I. CITY OF FORT WORTH Village Creek WRF. Digester MixiJtg. Flare attd Dome l111prove•e11ts Phau I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proi«t No. 102652 Revi sed 11/23 /2 021 3 . General Conditions . 4 . Supplementary Conditions. 00 52 43 -3 Agreement Page 3 of7 5 . Specifications specifically made a part of the Contract Documents by attachment or, if not attached , as incorporated by reference and described in the Table of Contents of the Project 's Contract Documents . 6. Drawings. 7. Addenda. 8 . Documentation submitted by Contractor prior to Notice of Award . 9 . The following which may be delivered or issued after the Effective Date of the Agreement and , if issued , become an incorporated part of the Contract Documents : a . Notice to Proceed. b. Field Orders . c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and bold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7 .1 Terms . Terms used in this Agreement which are defined in Article I of the General Conditions will have the meanings indicated in the General Conditions . 7 .2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. C ITY OF FORT WORTH Villg,:e Cruk WRF, Dige.fter Mixing, Flare and Dome lmproven1ent.v Phase I STAN DARD CONSTRUCTION SPECIFIC ATION DOCUM ENTS City J>roiect No. 101651 Rev ised I 1/23/2021 7 .3 Successors and Assigns. 00 52 43 -4 Agreement Page 4 of7 City and Contractor each binds itself, its partners, successors , assigns and legal representatives to the other party hereto , in respect to all covenants , agreements and obligations contained in the Contract Documents . 7.4 Severability/Non-Waiver of Claims . Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken , and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion . 7.5 Governing Law and Venue . This Agreement, including all of the Contract Documents is performable in the State of Texas . Venue shall be Tarrant County, Texas , or the United States District Court for the Northern District of Texas, Fort Worth Division . 7 .6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds . In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated . 7 .8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has IO or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and ''company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code . By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies . CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome lmproven,ent.( Pha.(e I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 101651 Rev ised 11/23 /2 021 00 52 43 -5 Agreement Page 5 of7 Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B . 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with IO or more full-time employees) unless the contract contains a written verification from the company that it: (\) does not boycott energy companies ; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021 , 87th Leg., R.S ., S .B . 13 , § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries . Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021 , 87th Leg ., R .S ., S .B . 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (I) does not have a practice , policy, guidance , or directive that discriminates against a firearm entity or firearm trade association ; and (2) will not discriminate during the tenn of the contract against a firearm entity or firearm trade association . The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those tenns by Chapter 2274 of the Texas Government Code (as added by Acts 2021 , 87th Leg ., R .S ., S.B. 19 , § 1 ). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. 7 .11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Fonn (I-9). Upon request by City , Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services . CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENAL TIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7 .12 No Third-Party Beneficiaries . CITY OF FORT WORTH Village Creell WRF. Dige.vter Mbcin,:. Flare and Dome lmnronments Pho.re I STANDARD CONSTRUCTION SPECIFICAT ION DOC UMENTS Cify Proiect No. 102652 Revis ed 11/23 /202 l 00 52 43 -6 Agreement Page6 o f7 This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries . 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors , for any claim arising out of, in connection with , or resulting from the engineering services performed. Only th e City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction s ite , whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities , and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibil ities , including , but not limited to , all construction methods, means , techniques , sequences , and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work . The Engineer and its personnel have no authority to exercise any control over any construction contractor or other ent ity or the ir employees in connection w ith the ir work or any health or safety precaution s. C IT Y OF FORT WO RT H Village Creek WRF, Diuster Mjxine, Flare qnd Dome [mpro vementf Phue I STAN DARD CO NSTRUCT IO N SP EC IFI CATION DO CU MEN TS Cin, Proiect No. 101652 Revised l l /23/202 l 00 5143 -1 Agrecmco1 r.i:c 7 of1 IN WITNESS WHEREOF , City and Contractor have each e){ec uted this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Oate'1 , tractor : Eagle Conlracting, LL C eneral Counsel Title 5700 Pa rk Vista Ci rcle Address Fort Worth1 Te,cas 76244 City/State/Zip Date OFFiCiAl RECORD crr:t SF.CRETARY FT. WORTH, TX City of Fm1 Worth Dana Burghdoff Assistant City Manager Date Attest: (Seal) Dec 22, 2022 M&C: :;2. l. -I o 4 la Date : 1 7-/ /3 / 2. o 2 2... Fonn 1295No.: 2.0 l?...-'\5C..\'1\2. ~~-~ Contract Compliance Manager: By signing , l acknowledge that l am the person responsible for the monitoring and admio istration of th is contract, including ensuring all performance and reporting requ irements . Suzanne Abbe, PE Senior Engineer, Capital Projects Delivery Approved as to Form and Legality: ~ OI ic!'..n.:Nm1 •20c.sn Dougla s W. Black Sr. Assistan t City Attorney APPROVAL RECOMMENDED : &,,~#'a.i/4 Christoph:r::r(o.ciGon 12:26CSn Chris topher Harder, P.E ., Director Water Department □TY OF FORT WORTH Vi/loge Cruk li'll F', Dlu,,,,. ~fui!f,:. Flue 911,f Dm1te f111pm ve1H111/.1 rt1 a.1t I STANDARD CONSTRUCTION SP ECIFICATION DOCUM ENTS Cir, l'rolt~, No. 101652 Revise d I 1123n o2 I I 2 3 4 5 6 7 8 9 SECTION 00 6113 PERFORMANCE BOND 006 11 3-1 P ERFORMA NCE BON D Page I o f 2 Bond No . 107722142 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, Eagle Contracting , LLC , known a s "Principal" herein and Travelers Casualty and Surety Company of America , a corporate 10 surety(sureties , if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety " herein (whether one or more), are held and finnly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas , known as "City" herein , in the penal Thirty Nine Million Seven Hundred Seventy 13 sum of, Three Thousand and 00/100 Dollars 14 ($ 39,773,000.00 ), lawful money of the United States, to be paid in Fort Worth , 15 Tarrant County , Texas for the payment of which sum well and truly to be made, we bind 16 ourselves , our heirs , executors , administrators, successors and assigns, jointly and severally, 17 finnly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the \3..,_ day of D<--c..L-...... ":l-L( , 20--21:, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein , to furnish all materials, equipment 21 labor and other accessories defined by law , in the prosecution of the Work, including any Change 22 Orders , as provided for in said Contract designated as Village Creek Water Reclamation Facility 23 Digester Mixing, Flare and Dome Improvements Phase 1, City Project No . 102652 24 NO W, THEREFO RE, the condition of this obligation is such that if the said Principal 25 shall faithfully perfonn it obligations under the Contract and shall in all respects duly and 26 faithfully perfonn the Work, including Change Orders , under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City , then this obligation shall be 29 and become null and void , otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas , Fort 32 Worth Division C ITY O F FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTR UCTION SPEC IFICATION DOCUM ENT Citv Proiect No . 102652 Rev ised Jul y 1,20 I I 0061 13-2 PER FORMANC E BOND Page 2 o f2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 6 7 8 9 10 11 12 13 14 15 16 17 18 this instrument by duly authorized agents and officers on thi s the -~\_'3_~ ____ day of __ _ u<-~'-:i a , 20 .21 . ......... ATTEST: 19 ~ ~! ~n~t\rtcOI\_ 23 24 25 26 27 28 2 9 30 3 1 32 33 34 35 36 37 3 8 39 40 41 42 4 3 44 45 *Note: SURETY : Travelers Casualty and Surety Company of America Nikole Jeannette, Attorney-In-Fact Name and Title Address: One Tower Square Hartford , CT 06183 Telephone Number: (860) 277-0111 If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation . If Surety 's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPEC IFI CATION DOCUMENT City Proiect No . 102652 Revised Jul y 1,20 I I I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3 1 32 THE ST ATE OF TEXAS COUNTY OF TARRANT SECTION 00 6114 PAYMENT BOND 006114-1 PAYMENT BOND Page I of2 Bond No. 107722142 § § § KNOW ALL BY THESE PRESENTS: That we, Eagle Contracting , LLC known as "Principal" herein, and Travelers Casualty and Surety Company of America ,a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Thirty Nine Million Seven Hundred Seventy of Three Thousand and 00/1 oo m the penal sum Dollars ($ 39 ,773 ,000 .00 ), lawful money of the United States, to be paid in Fort Worth , Tarrant County , Texas , for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally , firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the \ 3 ¥-day of \)c=.. c..<...M.\o~ , 20~, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein , to furnish all materials, equipment , labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Village Creek Water Reclamation Facility Digester Mixing, Flare and Dome Improv em ents Phas e I , City Project No. I 02652 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void ; otherwi se to remain in full force and effect. This bond is made and executed in co m pliance with the provisions of 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. C ITY OF FORT WORTH Village Creek WRF. Digester Mixing, Flare a11d Dome lmproveme11ts Phase I STANDARD CONSTRUCTION SPECIFICATION DOC UMENT City Proiect No. 102652 Re v ised Jul y 1,2011 2 3 4 006 114-2 PAYMENT BOND Page 2 of2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13 tt--day of i')<..c.~V\A \o~r , 20~. PRINCIPAL : .--.,. .,. Eagle Contracting , LLC ---:::::;;jl-----===-------=-,---_-_-..:.:': ~~ --~\ --= ::. ~ ... ;. -.. '----' -.... -. - ATTEST: -.. ~: ..... ska General Counsel and Title 5700 Park Vista Circle Fort Worth , TX 76244 SURETY: Travelers Casualty and Surety Company of America 5 ATTEST: ~~ Stacy Owens Witness BY NA~~ Signature Nikole Jeannette, Attorney-In-Fact Name and Title Address: One Tower Square Hartford, CT 06183 Telephone Number: (860) 277-0111 ...., --- 6 Note: If signed by an officer of the Surety , there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety 's physical 8 address is different from its mailing address, both must be provided. 9 IO The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTlON SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revised July I ,20 I I .... SECTION 00 6119 MArNTENANCE BOND Bond No . 107722142 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we Eagle Contracting , LLC , known as "Principal " herein and Trave lers Casualty and Surety Company of Amer ica , a corporate surety (sureties , if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth , a municipal corporation created pursuant to the laws of the State of Texas , known as "City" herein, Th irty Nine Million Seven Hundred Seventy in the sum of Th ree Thousand and 00 /100 Dollars ($ 39 ,773 ,000 .00 ), lawful money of the United States , to be paid in Fort Worth, Tarrant County , Texas, for payment of which sum well and truly be made unto the City and its successors , we bind ourselves , our 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 City awarded the 13 +-" day of JJLc:....~\o.12.r , 20___.l2,,, which Contract is hereby referred to and a made part hereof for all purposes as iffully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law , in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein , the "Work") as provided for in said contract and designated as Village Creek Water Reclamation Facility Digester Mixing, Flare and Dome Rehabilitation Phase 1, City Project No. 102652; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans , specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS , Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUME NT City Proiect No . 102652 Revised Jul y 1,20 I I 00 6 1 19 • 2 MAIN TENANCE BOND Page 2 o f 4 NOW THEREFORE , the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City , to a completion satisfactory to the City , then this obligation shall become null and void ; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct an y timel y noticed defective Work, it is agreed that the City may cause any and all such defective Work to be rep aired and/or reconstructed with all associated costs thereof being borne by the Principal and th e Surety under thi s Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue s hall lie in Tarrant County , Texas or the United States District Court for the Northern Di strict of Texas , Fort Worth Divi sion ; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches . C ITY OF FO RT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STAN DA RD CONSTRUC TION SPEC IFI CA TJ O N DOCUMENT Citv Proiect No. 102652 Revised Jul y 1,20 11 00 611 9 -3 MA INT EN ANC E BON D Page 3 of4 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED thi s instrument by duly authorized agents and officers on this the I 3 ~ day of W-<-c..L.M. \o-<:.r -----~20 7-2.. .. ... --- , General Counsel me and Title 5700 Park Vista Circle ~~~ Witness as to Principal l.e..u--fCt.._ff\.rt,,-._O\._ Fort Worth , TX 76244 ATTEST: *Note: Stacy Owens SURETY : Travelers Casualty and Surety Company of America BY:N4~~ signature Nikole Jeannette, Attorney-In-Fact Name and Title Address: One Tower Square Hartford CT 06183 Telephone Number: (860) 277-0111 If signed by an officer of the Surety Company , there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety 's physical address is different from its mailing address, both must be provided . The date of the bond shall not be prior to the date the Contract is awarded. C IT Y OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Impro vements Phase I STANDARD CONSTRUCTION SPEC IFI C ATION DOCUMENT City Proiect No . 102652 Revised July 1,20 11 -. , ..... TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America , Travelers Casualty and Surety Company , and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make , constitute and appoint Nikole Jeannette of HOUSTON , Texas , their true and lawful Attorney(s)-in-Fact 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 Compan ies in their business of guarantee ing the fidelity of persons , guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings requ ired or permitted in any actions or proceedings allo wed by la w. IN WITNESS WHEREOF , the Companies have caused this instrument to be signed , and their corporate seals to be hereto affixed , this 21st day of April , 2021 . State of Connecticut City of Hartford ss . On this the 21st day of April , 2021 , before me personally appeared Robert L. Raney , who acknowledged himself to be the Senior Vice President of each of the Companies , and that he , as such , being authorized so to do , executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF , I hereunto set my hand and official seal . My Commission expires the 30th day of June, 2026 Anna P. Nowik , Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies , 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 Vice 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 behalf of the Company and may give such appo intee 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 Ass istant Secretary and duly attested and sealed with the Company's seal by a Secretary or Ass istant 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 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 cert ificate 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, Kevin E. Hughes , the undersigned , Assistant Secretary of each of the Companies , do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies , which remains in full force and effect. Dated this day of t Kevin E. Hughes,AssttantSecretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Plf:ase refer to the above-named Attorney{s}-in-Fact and the details of the bond to which this Power of Attorney is attached. • l I W • TRAVELERS J IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street, W. Tower, Suite 2900 Philadelphia, PA 19102 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. I 2 3 4 5 6 7 8 9 SECTION 00 6113 PERFORMANCE BOND 00 61 13 -l PERFORMANCE BOND Page I of 2 Bond No . 107722142 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we, Eagle Contracting , LLC "Principal" herein and Travelers Casualty and Surety Company of America , known as , a corporate 10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Thirty Nine Million Seven Hundred Seventy 13 sum of, Three Thousand and 001100 Dollars 14 ($ 39 ,773 ,000 .00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City 19 awarded the I~~ day of l)L.~~ , 20 2.2.., which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 21 labor and other accessories defined by law , in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as Village Creek Water Reclamation Facility 23 D igester Mix ing, F lare and Dome I mprovements Phase 1, City Project No. 102652 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications , and contract documents therein referred to , and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas , Fort 32 Worth Division CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Pltase 1 STA NDARD CONSTRUCTION SPECIFICATION DOC UMENT City Proiect No. /02652 Re vised Jul y 1,20 I I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0061 13-2 PERFORMANCE BOND Page 2 of2 This bond is made and executed in compliance with the provisions of 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 statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the I 3 ~ day of __ _ ~~\vu 20 21.. ATTEST: --- 00 Park Vista Circle Fort Worth , TX 76244 SURETY: -... -= -- ~ Travelers Casual and Surety Compan-of America *Note: Nikole Jeannette , Attorne -ln-Facf Name and Title Address: One Tower S uare Hartford , CT 06183 Telephone Number: (860) 277-0111 If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprovemellls Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revi sed July 1,20 II 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 SECTION 00 61 14 PAYMENT BOND 006 114-1 PAYMENT BOND Page I of2 Bond No. 107722142 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we , Eagle Contracting , LLC known as "Principal" herein, and Travelers Casualty and Surety Company of America ,a corporate surety (sureties), duly authorized to do business in the State of Texas , known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth , a municipal corporation created pursuant to the laws of the State of Texas, known as "City " herein , Thirty Nine Million Seven Hundred Seventy of Three Thousand and 0011 oo in the penal sum Dollars ($ 39,773 ,000 .00 ), lawful money of the United States, to be paid in Fort Worth , Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs , executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the \ 3 ~ day of ~<.. c.e-""'-~~, , 20~, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein , to furnish all materials , equipment , labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Village Creek Water Reclamation Facility Digester Mixing, Flare and Dome Improvements Phase I, City Project No. 102652 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is s uch that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute . CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare a11d Dome Improvements Phase I STANDA RD CONST RUCTION SPECIFICATION DOCUMENT Citv Proiect No. /02652 Revised Jul y 1,20 I I 00 61 14 -2 PAYMENT BOND Page2of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the I~ \-f,\ day of 3 J>t..c.~""-"-\:J~r ,2o _g_;_. 4 ( ATTEST: Stacy Owens ~ -:&--ro-,,?.'=======-:: Wi ~ss as to S urety Dav i°A T. Miclette 5 PRINCIPAL: -' -~--11--=.-:.-:..-::':.-:..-:..-:..-=.----~------;--' .. : ~----~ ~--...... ~ ~ --~-ff=----------':::"'-'_:..::~:_:·..,_;,· ~ --:. ---: -... ,/.. ~ ::_:_::::. ':. '-~----= ---------------~-.. ~ -.. -., .... , General Counsel Title SURETY: Travelers Casua lty and Surety Company of Anjer ica BY: NA4~~ Signature Nikole Jeannette , Attorney-In-Fact Name and Title Address: One Tower Square Hartford , CT 06183 Telephone Number: (860) 277-0111 6 Note : If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 IO The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised July 1,2011 SECTION 00 6119 MAINTENANCE BOND Bond No. 107722142 THE STATE OF TEXAS COUNTY OF TARRANT § § § KNOW ALL BY THESE PRESENTS: That we Eagle Contracting , LLC , known as "Principal" herein and Travelers Casualty and Surety Company of America , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas. known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth , a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein , Thirty Nine Million Seven Hundred Seventy in the sum of Three Thousand and 00/100 Dollars ($ 39 ,773,000 .00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors , we bind ourselves, our 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 City awarded the 13 t4-' day of p~\a-e., , 20 n , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law , in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein , the "Work") as provided for in said contract and designated as Village Creek Water Reclamation Facility Digester Mixing, Flare and Dome Rehabilitation Phase 1, City Project No . 102652 ; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. C ITY OF FORT WORTH Village Creek WRF, Digester Mixinf!i Flare and Dome Improvements Phase I STAN DARD C ONSTRUCTION SPECIFI C ATION DOCUMENT City Proiect No. 102652 Revi sed Jul y 1,2011 006 11 9 -2 MArNT ENANC E BOND Page 2 of4 N OW THEREFORE , the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond , venue shall lie in Tarrant County , Texas or the United States District Court for the Northern District of Texas , Fort Worth Division ; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprovemellls Phase I STANDARD CONSTRUCTION SP ECLFICA TION DOCUM ENT City Proiect No. 102652 Revi sed Jul y I ,20 I I 00 6119-3 MAINTENANCE BOND Page 3 of 4 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13 t'1' day of l) .c:..L-<..tM. la--<£ ------~· 20 J~. --. -. ---\L-------.~r--""'---..,_._ -~-: - ATTEST: ATTEST: *Note: . \,,,,, _. ...., --.- ,..,._=....,•--.700 Park Vista Circle Fort Worth , TX 76244 SURETY: Travelers Casualty and Surety Company of America BY :ri1~~-~ Signature Nikole Jeannette , Attorney-In-Fact Name and Title Address: One Tower Square Hartford CT 06183 Telephone Number: (860) 277-0111 If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided . The date of the bond shall not be prior to the date the Contract is awarded. C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised July 1,20 11 ... TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS : That Travelers Casualty and Surety Company of America , Travelers Casualty and Surety Company , and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make , constitute and appoint Nikole Jeannette of HOUSTON , Texas , their true and lawful Attorney(s)-in-Fact 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 21st day of April , 2021 . State of Connecticut City of Hartford ss . On this the 21st day of April , 2021 , before me personally appeared Robert L. Raney , who acknowledged himself to be the Senior Vice President of each of the Companies , and that he , as such , being authorized so to do , executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF , I hereunto set my hand and official seal. My Commission expires the 30th day of June , 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies , 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 Vice 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 behalf 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 forego ing 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 (unde r 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 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, Kevin E. Hughes , the undersigned , Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies , which remains in full force and effect . Dated this day of To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney{s}-in-Fact and the details of the bond to which this Power of Attorney is attached. TRAVELERS IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty and Surety Company of America , for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street, W . Tower, Suite 2900 Philadelphia, PA 19102 1-800-328-2189 You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department oflnsurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. Policy Number: 61 UEADL 1932 Effective Date : 3/1/2022-12/31/2022 COMMERCIAL GENERAL LIABILITY COVERAGE FORM Various provisions in this policy restrict coverage . Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured shown in the Declarations , and any other person or organization qualifying as a Named Insured under this policy . The words "we", "us" and "our" refer to the stock insurance company member of The Hartford providing this insurance. The word "insured" means any person or organization qualifying as such under Section II - Who Is An Insured. Other words and phrases that appear in quotation marks have spec ial meaning. Refer to Section V - Definitions. SECTION I -COVERAGES COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Insuring Agreement a. We will pay those sums that the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" to which this insurance applies . We will have the right and duty to defend the insured against any "suit" seeking those damages . However, we will have no duty to defend the insured against any "suit" seeking damages for "bodily injury" or "property damage" to which this insurance does not apply . We may , at our discretion , investigate any "occurrence" and settle any claim or "suit" that may result. But: (1) The amount we will pay for damages is limited as described in Section Ill -Limits Of Insurance; and (2) Our right and duty to defend ends when we have used up the applicable limit of insurance in the payment of j udgments or settlements under Coverages A or B or medical expenses under Coverage C. No other obligation or liability to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Payments -Coverages A and B. b. This insurance applies to "bodily injury" and "property damage" only if : HG 00 01 0916 (1) The "bodily injury" or "property damage" is caused by an "occurrence" that takes place in the "coverage territory"; (2) The "bodily injury" or "property damage" occurs during the policy period ; and (3) Prior to the policy period , no insured listed under Paragraph 1. of Section II -Who Is An Insured and no "employee" authorized by you to give or receive notice of an "occurrence" or claim, knew that the "bodily injury" or "property damage" had occurred , in whole or in part. If such a listed insured or authorized "employee" knew , prior to the policy period, that the "bodily injury" or "property damage" occurred , then any continuation , change or resumption of such "bodily injury" or "property damage " during or after the policy period will be deemed to have been known prior to the policy period. c. "Bodily injury" or "property damage" will be deemed to have been known to have occurred at the earliest time when any insured listed under Paragraph 1. of Section II -Who Is An Insured or any "employee" authorized by you to give or receive notice of an "occurrence" or claim : (1) Reports all , or any part , of the "bodily injury" or "property damage" to us or any other insurer ; (2) Receives a written or verbal demand or claim for damages because of the "bodily injury" or "property damage "; or (3) Becomes aware by any other means that "bodily injury" or "property damage" has occurred or has begun to occur. d. Damages because of "bodily injury" include damages claimed by any person or organization for care , loss of services or death resulting at any time from the "bod ily injury". e. Incidental Medical Malpractice And Good Samaritan Coverage "Bodily injury " arising out of the rendering of or failure to render the following health care serv ices by any "employee" or "volunteer worker" shall be deemed to be caused by an "occurrence" for : Page 1 of 21 © 2016 The Hartford (Includes copyrighted material of Insurance Services Office, Inc. with its permission.) Policy Number : 61 UEADL 1932 Effective Date: 3/1/2022-12/31/2022 SECTION II -WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual , you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture , you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liab ility company, you are an insured. Your members are also insureds , but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors . Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. 2. Each of the following is also an insured: a. Employees And Volunteer Workers Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees", other than either your "executive officers" (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insureds for: (1) "Bodily injury" or "personal and advertising injury": (a) To you , to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee" while in the course of his or her employment or performing duties related to the conduct of your business , or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or that HG 00 01 0916 "volunteer worker" as a consequence of Paragraph (1 )(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1 )(a) or (1 )(b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. If you are not in the business of providing professional health care services: (a) Subparagraphs (1 )(a), (1 )(b) and (1 )(c) above do not apply to any "employee" or "volunteer worker" prov iding first aid services; and (b) Subparagraph (1)(d) above does not apply to any nurse, emergency medical technician or paramedic employed by you to provide such services. (2) "Property damage" to property: (a) Owned, occupied or used by , (b) Rented to, in the care , custody or control of , or over which physical control is being exercised for any purpose by you, any of your "employees", "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Real Estate Manager Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Temporary Custodians Of Your Property Any person or organization having proper temporary custody of your property if you die, but only: (1) With respect to liability arising out of the maintenance or use of that property ; and (2) Until your legal representative has been appointed . d. Legal Representative If You Die Your legal representative if you die , but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Part. e. Unnamed Subsidiary Any subsidiary, and subsidiary thereof , of yours which is a legally incorporated entity of which you own a financial interest of more than 50% of the voting stock on the effective date of the Coverage Part . Page 11 of 21 Policy Number: 61 UEADL 1932 Effective Date : 3/1/2022-12/31/2022 (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Sub- paragraphs (d) or (f); or (ii) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business , in connection with the distribution or sale of the products . (2) This insurance does not apply to any insured person or organization , from whom you have acquired such products , or any ingredient, part or container , entering into , accompanying or containing such products . b. Lessors Of Equipment (1) Any person(s) or organization(s) fr~m whom you lease equipment; but only with respect to their liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part , by your maintenance , operation or use of equipment leased to you by such person(s) or organization(s). (2) With respect to the insurance afforded to these additional insureds this insurance does not apply to any "occurrence" which takes place after the equipment lease expires . c. Lessors Of Land Or Premises Any person or organization from whom you lease land or premises , but only with respect to liability arising out of the ownersh ip, maintenance or use of that part of the land or premises leased to you. With respect to the insurance afforded these additional insureds the following additional exclusions apply: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to lease that land ; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. d. Architects, Engineers Or Surveyors Any architect , engineer , or surveyor , but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused , in whole or in part , by your acts or om issions or the acts or HG 00 01 0916 omissions of those acting on your behalf : (1) In connection with your premises; or (2) In the performance of your ongoing operations performed by you or on your behalf . With respect to the insurance afforded these additional insureds , the following additional exclusion applies: This insurance does not app ly to "bodily injury", "property damage" or "personal ~nd advertising injury" arising out of the rendering of or the failure to render any professional serv ices by or for you , including: 1. The preparing , approving , or failing to prepare or approve, maps , shop drawings, opinions, reports, surveys, field orders , change orders or drawings and specifications ; or 2. Supervisory , inspection, architectural or engineering activities. This exclusion applies even if the cla ims against any insured allege n~g!igenc~. or other wrongdoing in the superv1s1on, hmng , employment , training or monitoring of others by that insu red , if the "occurrence " which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you . e. Permits Issued By State Or Political Subdivisions Any state or political subd ivision, but only with respect to operations performed by you ~r. on your behalf for which the state or political subdivision has issued a permit. With respect to the insurance afforded these additional insureds , this insurance does not apply to : (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the state or municipality ; or (2) "Bodily injury" or "property damage" included within the "products-completed operations hazard". f. Any Other Party Any other person or organization who is not an additional insured under Paragraphs a. through e . above, but only with respect to liability for "bodily injury", "property damag~" or "personal and advertising injury" caused , 1n whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf : (1) In the performance of your ongoing operations; Page 13 of 21 Policy Number : 61 UEADL 1932 Effective Date : 3/1/2022-12/31/2022 (2) In connection with your premises owned by or rented to you ; or (3) In connection with "your work" and included within the "products-completed operations hazard", but only if (a) The written contract or agreement requires you to provide such coverage to such additional insured; and (b) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products- completed operations hazard". However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law ; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such addit ional insured. With respect to the insurance afforded to these additional insureds , this insurance does not apply to : "Bodily injury", "property damage" or "personal and advertising injury" ar ising out of the rendering of , or the failure to render , any professional architectural, engineering or survey ing services , including: (1) The preparing , approving , or failing to prepare or approve , maps, shop drawings, opinions, reports, surveys , field orders , change orders or drawings and specif ications; or (2) Supervisory , inspection, architectural or engineering activities . This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision , hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage ", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services by or for you. The limits of insurance that apply to additional insureds is described in Section Ill -Limits Of Insurance. How this insurance applies when other insurance is available to the additional insured is described in the Other Insurance Condition in Section IV - Commercial General Liability Conditions . Page 14 of 21 No person or organization is an insured with respect to the conduct of any current or past partnersh ip, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. SECTION Ill -LIMITS OF INSURANCE 1. The Most We Will Pay The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "su its" brought ; or c. Persons or organizations making claims or bringing "suits". 2. General Aggregate Limit The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard"; and c. Damages under Coverage B. 3. Products-Completed Operations Aggregate Limit The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products- completed operations hazard". 4. Personal And Advertising Injury Limit Subject to 2. above , the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal and advertis ing injury" sustained by any one person or organization . 5. Each Occurrence Limit Subject to 2. or 3. above, whichever applies , the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C because of all "bodily injury" and "property damage" arising out of any one "occurrence". 6. Damage To Premises Rented To You Limit Subject to 5. above , the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises , while rented to you , or in the case of damage by fire , lightning or explosion , while rented to you or temporarily occupied by you with permission of the owner. HG 00 01 0916 Policy Number : 61 UEADL 1932 Effective Date : 3/1/2022-12/31/2022 (3) Any manager , if you or the additional insured is a li mited liabil ity company ; (4) Any "execu ti ve officer " or insurance manager, if you or the additional insured is a corporation ; (5) Any trustee, if you or the addi ti onal insured is a trust ; or (6) Any elected or appo inted official , if you or the addit ional insured is a political subd ivision or public entity. This duty applies sepa rately to you and any additional insured. 3. Legal Action Against Us No person or organization has a right under this Coverage Part : a. To jo in us as a party or otherwise br ing us into a "suit" asking for damages from an insured ; or b. To sue us on this Cove rage Part unless all of its terms have been fully complied with . A person or organ izat ion may sue us to recover on an agreed settlement or on a final judgment against an insured ; but we will not be liable for damages that are not payable under the terms of this Coverage Part or that are in excess of the appl icable limit of insu rance . An agreed settlement means a settlemen t and release of liabil ity signed by us , the insured and the claimant or the claimant's legal representative . 4. Other Insurance If other va li d and collectible insu rance is available to the insured for a loss we cover under Cove rages A or B of this Coverage Part, our obligat ions are limited as follows : a. Primary Insurance This insurance is primary except when b. be low app li es. If other insurance is also primary, we will share with all that other insurance by the method described in c. below . b. Excesslnsurance This insurance is excess over any of the othe r insurance , whether primary , excess , cont ingent or on any other basis : (1) Your Work That is Fire, Extended Coverage , Builder's Risk , Installat ion Risk or sim ilar coverage for "your work"; (2) Premises Rented To You That is fire , lightning or explos ion insurance for prem ises rented to you or temporarily occupied by you with permiss ion of the owner ; Page 16 of 21 (3) Tenant Liability That is insurance purchased by you to cover your liabil ity as a tenan t for "property damage " to premises rented to you or temporarily occupied by you with permission of the owner ; (4) Aircraft , Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft , "autos" or wa tercraft to the extent not subject to Exc lusion g. of Section I -Coverage A -Bodily Injury And Property Damage Liability; (5) Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "prope rt y damage" to borrowed equ ipment or the use of elevators to the extent not subject to Exclusion j. of Section I -Coverage A - Bodily Injury And Property Damage Liabil ity ; (6) When You Are Added As An Additional Insured To Other Insurance Any other insurance available to you covering liability for damages ar ising out of the premises or operations, or products and completed operat ions, for which you have been added as an add itional insured by that insurance ; or (7) When You Add Others As An Additional Insured To This Insurance Any other insurance avai lable to an additiona l insured. However , the following provisions apply to other insurance availab le to any person or organization who is an addi tional insured under this coverage part . (a) Primary Insurance When Required By Contract Th is insu rance is pr imary if you have agreed in a written contract or written agreement that th is insurance be pr imary. If other insu rance is also primary, we will share with all that othe r insurance by the method described inc. below . (b) Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a wr itten contract , written agreement, or perm it that this insurance is primary and non - contributory with the additional insured's own insurance , this insurance is primary and we will not seek contribution from that other insurance . HG 00 01 0916 Policy Number : 61 UEADL 1932 Effective Date : 3/1 /2.022 -12/3112.022 Paragraphs (a) and (b) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends , we will undertake to do so , but we will be entitled to the insured's rights against all those other insurers . When this insurance is excess over other insurance , we wi ll pay only our share of the amount of the loss , if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss , if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. c. Method Of Sharing If all of the other insurance permits contribution by equal shares , we will follow this method also . Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains , whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits . Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 5. Premium Audit a. We will compute all premiums for this Coverage Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as advance premium is a deposit premium only . At the close of each audit period we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium , we will return the excess to the first Named Insured . c. The first Named Insured must keep records of the information we need for prem ium HG 00 01 0916 computation, and send us copies at such times as we may request. 6. Representations a. When You Accept This Policy By accepting this policy, you agree: (1) The statements in the Declarations are accurate and complete ; (2) Those statements are based upon representations you made to us; and (3) We have issued this policy in reliance upon your representations. b. Unintentional Failure To Disclose Hazards If unintentionally you should fail to disclose all hazards relating to the conduct of your business that exist at the inception date of this Coverage Part , we shall not deny coverage under this Coverage Part because of such failure . 7. Separation Of Insureds Except with respect to the Limits of Insurance , and any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this insurance appl ies : a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom cla im is made or "suit" is brought. 8. Transfer Of Rights Of Recovery Against Others To Us a. Transfer Of Rights Of Recovery If the insured has rights to recover all or part of any payment , including Supplementary Payments, we have made under this Coverage Part , those rights are transferred to us. The insured must do nothing after loss to impair them . At our request , the insured will bring "suit" or transfer those rights to us and help us enforce them. b. Waiver Of Rights Of Recovery (Waiver Of Subrogation) If the insured has waived any rights of recovery against any person or organization for all or part of any payment , including Supplementary Payments, we have made under this Coverage Part, we also waive that right , provided the insured waived their rights of recovery against such person or organization in a contract , agreement or permit that was executed prior to the injury or damage. 9. When We Do Not Renew If we dec ide not to renew this Coverage Part , we will mail or del iver to the first Named Insured shown in the Declarations written notice of the Page 17 of 21 Policy Number: 61 UEADL 1933 Effective Date : 3/1/2022-12/31/2022 COMMERCIAL AUTOMOBILE HA 9916 0312 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies i nsurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of th is endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form , the provis ions of th is endorsement apply . 1. BROAD FORM INSURED A. Subsidiaries and Newly Acquired or Formed Organizations The Named Insured shown in the Declarations is amended to include: ( 1) Any legal business entity other than a partnership or joint venture , formed as a subsidiary in which you have an ownersh ip interest of more than 50% on the effective date of the Coverage Form. However, the Named Insured does not include any subsid iary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaust ion of its Lim it of Insurance. (2) Any organization that is acquired or formed by you and over which you maintain majority ownership . However, the Named Insured does not include any newly formed or acquired organization : (a) That is a partnership or joint venture , (b) That is an "insured" under any other policy , (c) That has exhausted its Limit of Insurance under any other policy , or (d) 180 days or more after its acquisition or formation by you , unless you have given us notice of the acquisition or format ion. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organ ization . B. Employees as Insureds Paragraph A .1. -WHO IS AN INSURED -of SECTION II -LIABILITY COVERAGE is amended to add : d . Any "employee" of yours while using a covered "auto" you don't own , hire or borrow in your business or your personal affairs . C. Lessors as Insureds Paragraph A.1 . -WHO IS AN INSURED -of Section II -Liability Coverage is amended to add : e. The lessor of a covered "auto" while the "auto" is leased to you under a written agreement if: (1) The agreement requires you to provide direct primary insu rance for the lessor and (2) The "auto" is leased without a driver. Such a leased "auto" will be considered a covered "auto" you own and not a covered "auto " you hire. D. Additional Insured If Required by Contract (1) Paragraph A.1. -WHO IS AN INSURED -of Section II -Liability Coverage is amended to add: f . When you have agreed , in a written contract or written agreement, that a person or organization be added as an addit ional insured on your business auto policy, such person or organization is an "insured", but only to the extent such person or organization is liable for "bodily injury" or "property damage" caused by the conduct of an "insured" under paragraphs a. or b. of Who Is An Insured with regard to the ownership , maintenance or use of a covered "auto." Form HA 9916 03 12 © 2011, The Hartford (Includes copyrighted material of ISO Properties , Inc., with its permission.) Page 1 of 5 The insurance afforded to any such additional insured applies only if the "bodily i nj ury" or "property damage" occu rs : (1) During the policy period , and (2) Subsequent to the execution of such written contract , and (3) Prior to the expiration of the period of time that the wr itten contract requ ires such insurance be provided to the additional insured . (2) How Lim its Apply If you have agreed in a written contract or written agreement that another person or organization be added as an additional insured on your po licy , the most we will pay on behalf of such add itional i ns u red is the lesser of : (a) The lim its of insurance specified in the written contract or written agreement ; o r (b ) The Lim its of Insurance shown in the Declarations. Such amount shall be a part of and not in addition to Limits of Insu rance shown in the Declarations and described in this Section . (3) Additional Insureds Other Insurance If we cover a clai m o r "suit" under this Cove rage Part that may also be covered by other insurance avail able to an additional insured , such add iti onal insured must submit such claim o r "suit" to the other insure r for defense and indemnity . However, th is provis ion does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non - contributory w ith the add itional insured's own i nsurance . (4 ) Duties in The Event Of Accident , Claim , Suit or Loss If you have agreed in a written contract or written agreement that anothe r person or organization be added as an additional i nsured on your policy , the additional insured shall be requ ired to comply with the provisions in LOSS CONDITIONS 2 . -DUTIES IN THE EVENT OF ACCIDENT , CLAIM , SUIT OR LOSS -OF SECTION IV - BUSINESS AUTO CONDITIONS , in the same manner as the Named Insu red . E. Primary and Non-Contributory if Required by Contract Only with respect to insurance provided to an additiona l insured in 1.D . -Additional Insured If Requ ired by Contract , the following provis ions apply: (3) Primary Insu rance When Requ ired By Contract Th is insurance is primary if you have agreed in a wr itten contract or written ag reement that th is insurance be primary. If othe r i nsurance is also primary, we will share w ith all that other insu rance by the method described i n Other Insurance 5.d . (4) Primary And Non -Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that th is insurance is primary and non-contri butory with the additional insured's own i nsurance , th is insu rance is primary and we wi ll not seek contribution from that other insurance . Paragraphs (3) and (4) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess , we will have no duty to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "su it". If no other insurer defends , we will undert ake to do so , but we wi ll be entitled to the insured's rights against all those othe r insu rers . When th is insurance is excess over othe r insu rance, we w i ll pay only our share of the amount of the loss , if any , that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of th is insurance ; and (2 ) The total of all deductible and self-i nsu red amou nts under all that othe r insu rance . We will share the remaini ng loss , if any , by the method described in Other Insurance 5.d. 2. AUTOS RENTED BY EMPLOYEES Any "auto" hired or ren ted by your "employee" on your behalf and at you r direction will be cons idered an "auto" you hire . T he OTHER INSURANCE Condition is amended by add i ng the follow ing : Form HA 9916 0312 © 20 11, The Hartford (Includes copyrighted material of ISO Properties , Inc., with its permission .) Page 2 of 5 (4) Necessary for the normal operation of the covered "auto" or the monitoring of the covered "auto's" operating system . b . Section Ill -Version CA 00 01 03 10 of the Business Auto Coverage Form, Physical Damage Coverage , Limit of Insurance , Paragraph C.2 and Vers ion CA 00 01 10 01 of the Business Auto Coverage Form, Physical Damage Coverage , Limit of Insurance, Paragraph C are each amended to add the following: $1 ,500 is the most we will pay for "loss" in any one "accident" to all electronic equipment (other than equipmen t designed solely for the reproduction of sound, and accessories used with such equipment) that reproduces , receives or transmits audio , visual or data signals wh ich, at the time of "loss", is: (1) Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the installat ion of such equipment ; (2) Removable from a permanently installed housing unit as described in Paragraph 2.a. above or is an integral part of that equipment ; or (3) An integral part of such equipment. c . For each covered "auto", should loss be limited to electronic equipment only, our obligation to pay for , repair , return or replace damaged or stolen electronic equ ipment will be reduced by the applicable deductible shown in the Declarations , or $250 , whichever deductible is less . 9. EXTRA EXPENSE BROADENED COVERAGE Under Paragraph A. -COVERAGE -of SECTION Ill -PHYSICAL DAMAGE COVERAGE , we will pay for the expense of return ing a stolen covered "auto" to you . 10. GLASS REPAIR -WAIVER OF DEDUCTIBLE Under Paragraph D. -DEDUCTIBLE -of SECTION Ill -PHYSICAL DAMAGE COVERAGE, the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced . 11. TWO OR MORE DEDUCTIBLES Under Paragraph D. -DEDUCTIBLE -of SECTION Ill -PHYSICAL DAMAGE COVERAGE , the following is added: If anothe r Hartford Financial Serv ices Group , Inc . company policy or coverage form that is not an automobile policy or coverage form applies to the same "accident", the follow ing appl ies : ( 1) If the deductible under this Business Auto Coverage Form is the smaller (or smallest) deductible , it will be waived ; (2) If the deductible under this Business Auto Coverage Form is not the smaller ( or smallest) deductible , it will be reduced by the amount of the smaller (or smallest) deductible. 12. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS The requirement in LOSS CONDITIONS 2.a. - DUTIES IN THE EVENT OF ACCIDENT ,CLAIM , SUIT OR LOSS -of SECTION IV -BUSINESS AUTO CONDITIONS that you must notify us of an "accident" applies only when the "accident" is known to: (1) You , if you are an individual; (2) A partner , if you are a partnersh ip; (3) A member , if you are a limited liability company; or (4) An executive officer or insurance manager, if you are a corporation. 13. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If you unintentionally fail to disclose any hazards existing at the inception date of your po licy , we will not deny coverage under this Coverage Form because of such failure. 14. HIRED AUTO-COVERAGE TERRITORY Paragraph e. of GENERAL CONDITIONS 7. - POLICY PERIOD , COVERAGE TERRITORY - of SECTION IV BUSINESS AUTO CONDITIONS is replaced by the follow ing: e. For short -term hired "autos", the coverage territory with respect to Liability Coverage is anywhere in the world provided that if the "insured's" responsibility to pay damages for "bodily injury" or "property damage" is determ ined in a "suit ," the "suit" is brought in the United States of America , the territories and possessions of the Un ited States of America , Puerto Rico or Canada or in a sett lement we agree to . 15. WAIVER OF SUBROGATION TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US -of SECTION IV - BUSINESS AUTO CONDITIONS is amended by adding the following : Form HA 9916 0312 © 2011 , The Hartford (Includes copyrighted material of ISO Properties , Inc., with its permission .) Page 4 of 5 Policy Number : 61WEAAR1GST Effective Date : 3/1r2.022-12/31r2.022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number: Endorsement Number: Effective Date: Effective hour is the same as stated on the Information Page of the pol icy. Named Insured and Address: Th is endorsement applies only to the insurance provided by the pol icy because Texas is shown in Item 3.A . of the Information Page . 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 , but th is waiver appl ies on ly with 1. ( ) Special Wa iver Name of person or organization (X) Blanket Waiver respect to bodily injury aris ing out of the operations described in the Schedule where you are required by a written contract to obta in this wa iver from us. This endorsement shall not operate d irectly or indirectly to benefit anyone not named in the Schedule . The premium for this endorsement is shown in the Schedule . Schedule Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations : All Texas Operations 3 . Prem ium : The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organ ization(s) aris ing out of the operations described. 4. Advance Prem ium : Form WC 42 03 04 B Printed in U.S.A. Process Date: Policy Expiration Date: Policy Number: US00045092L21A Effective Date : 12/31/2021 -12/31/2022 COMMERCIAL EXCESS FOLLOW FORM AND UMBRELLA LIABILITY POLICY TABLE OF CONTENTS Beginning on Page I. Insuring Agreements ......................................................................................................................... 2 (A) Insuring Agreement A -Excess Follow Form Liability ......................................................... 2 (B) Insuring Agreement B -Umbrella Liability Over Self-i nsu red Retention .............................. 2 (C) Insuring Agreement C -Disaster Response Coverage ....................................................... 3 II. Who Is An Insured ............................................................................................................................ 4 Ill. Defense And Settlement ................................................................................................................... 5 IV . Limits Of Insurance ........................................................................................................................... 6 V. Exclusions ......................................................................................................................................... 7 (A) Exclusions Applicable to Insuring Agreements A and 8 ...................................................... 7 (B) Exclusions Applicable to Insuring Agreemen t A Only .......................................................... 9 (C) Exclus ions App li cable to Insuring Agreement B Only .......................................................... 11 VI. Defin itions .... .... .. .......... .................. ... ............... ..................................... ...... ... .......... .................. ....... 14 VI I. Cond itions ......................................................................................................................................... 21 xcu 050 0811 © 2011 X.L. Ame ri ca , Inc. All Rig hts Reserved. Page 1 of 26 May not be copied without perm ission . Includes cop yrighte d mater ial of In surance Serv ices Offices , Inc ., with It s pe rmis sion . Policy Number : US00045092L21A Effective Date : 12/31/2021 -12/31/2022 (3) If we and the Insured disagree o n whether a disaster event has occurred , the lnsured 's r ight of reimbursement under Insuring Agreement C shall be arbitrated pursuant to the rules of the American Arbitrat ion Association for the state shown in Declarat ions Item 1. (4 ) Payment by us of d isaster response expenses will not determ ine or be evidence of our rights or obligations under Insuring Agreement A or 8 . (5 ) Payment by us of disaster response expenses will not oblige us to assume any duty to control the invest igat ion , settlement or defense of any claim or suit that might ari se from a covered disaster event. II. WHO IS AN INSURED (A) The following are Insureds under Insuring Agreement A: (1 ) The named insured. (2) Any pe rson or organ ization qua lifyi ng as an insured under the scheduled underlying insurance , but for no broader coverage than would be afforded to such person or organization by the scheduled underlying insurance. (B ) The follow ing are Insureds under Insu r ing Agreements Band C : (1) The named Insured . (2) Any pe rson or organ ization , other than an employee or volunteer worker , wh ile such person or organization is acti ng as your rea l estate manager. (3) Your legal rep resentat ive if you die , but only with respect to his or her duties as such. (4) Your employees , but only for acts within the scope of their employment by you , or while perform i ng dut ies related to the conduct of your business. (5) Your volunteer workers , but only whi le performing duties related to the conduct of your business . (6) If you are des ignated in the Declarations as an individua l, then your spouse , but only with respect to the conduct of a business of which you are the sole owner . (7) If you are des ignated in the Declarat ions as a partnership or joint venture , your partners and the ir spouses , but only with respect to the conduct of your business . (8) If you are designated in the Declarations as a lim ited liability company , your members , bu t only with respect to the conduct of your business , and your managers , but only with respect to their duties as such. (9) If you are designated in the Declarations as an organization other than a partnership, joint venture or limited liability company , your executive officers and directors , but only with respect to their duties as such . Your stockholders are also insureds , but only with respect to their liability as stockholders. (10) If you are designated in t he Declarations as a trust , your trustees , but only with respect to their dut ies as such. (11 ) Any organizat ion in which you ma inta in an interest of more than fi fty percent (50 %) as of the effect ive date of this policy . xcu 050 0811 © 2011 X.L. America, Inc . All Rights Reserved. Page 4 of 26 May not be copied without permission . Includ es copy ri ghted mater ial of Insu rance Services Of fi ces , Inc ., with It s permi ssi on. Policy Number: US00045092L21A Effective Date: 12/31/2021 -12/31/2022 If other Insurance applies to damages covered by this policy, this policy will apply excess of such other insurance . However, this provision will not apply : (1) If the other insurance is written to be excess of this policy . (2) With respect to Insuring Agreement A only, if you have agreed in a written contract with another person or organization that this pol icy shall be primary and non-contributory with such other person or entity's coverage, but only with respect to damages aris ing out of insured operations or work on your behalf performed under such written contract. When this Paragraph (2) applies , the coverage available to the other person or organization will be the lesser of the policy's Limits of Insurance or the minimum limits required by such written contract. In that case , other insurance of that pe rson or organization will apply as excess and not contribute prio r to the insurance afforded by this policy . (3) Nothing in this Condition (M) shall make this policy subject to the terms , cond iti ons and limitations of such other insurance. (N) Premium (1) The first named insured shall be responsible for payment of all premiums when due . (2) The premium for this policy shall be computed on the basis set forth in Declarations Item 6. At the beg in ning of the policy period , the first named insured must pay us the Premium shown in Declarations Item 6. (3) When this policy expires or is cancelled , we will compute the earned premium for the time this policy was in force . If this policy is subject to audit adjustment, the actual exposure base will be used to compute the earned premium . If the earned premium is greater than the orig inal prem ium paid , you will promptly pay us the difference. If the earned prem ium is less than the original premium pa id , we will return the difference to you . But in any event , we shall retain the Minimum Premium as shown in Declarations Item 6 for each twelve (12) months of the policy period. (0) Separation of Insureds Except with respect to the Limits of Insurance of this policy and rights or duties specifically ass igned to you , this insurance applies as if each insured were the only insured , and separately to each Insured against whom claim is made or suit is brought. (P) Transfer of Rights of Recovery (1) If any insured has the right to recover all or part of any payment we have made under th is policy , those rights are transferred to us. You must do nothing after loss to impair these rights and must help us enforce them . If , prior to the time of an occurrence, you and the insurer of scheduled underlying insurance waive any right of recovery against a specific person or organization for injury or damage as required under an Insured contract , we also will waive any rights it may have against such person or organ izat ion. (2) Any recoveries shall be applied as follows: xcu 050 0811 (a) Any person or organization, including you , that has paid an amount in excess of the applicab le Lim its of Insurance of this policy will be re im bursed first. © 2011 X.L. America , Inc. All Rights Reserved . Page 25 of 26 May not be copied without permiss ion . In cludes copyrighted material of Insurance Services Offices , Inc ., with Its permission . Policy Number: US00045092L21A Effective Date: 12/31/2021 -12/31/2022 (b) We will then be reimbursed up to the amount we have paid. (c) Lastly , any person or organization , including you , that has paid an amount over which this policy is excess is entitled to claim the remainder. Expenses incurred in the exercise of rights of recovery shall be apportioned among the persons or organizations, including you, in the ratio of their respective recoveries as finally determined . (Q) Unintentional Failure to Disclose Your failure to disclose all hazards existing as of the inception date of this policy will not prejudice you with respect to the coverage afforded by this policy , provided that any such fa ilure or om ission is not int entiona l. xcu 050 0811 © 2011 X.L. America , Inc . All Rights Reserved. Page 26 of 26 May not be copied without permission. Includes copyri ghted material of Insurance Services Offices , Inc ., with Its perm ission. Policy Number : 61 UEADL 1932 Effective Date : 3/1/2022-12/31/2022 12. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER($) This policy is subject to the following addit ional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company . If notice is mailed , proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term . Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives . 13. CONTRACTUAL LIABILITY COVERAGE FOR PERSONAL AND ADVERTISING INJURY Exclusion e. of SECTION I -COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY is replaced by the following: This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to liability for damages: (1) That the insured would have in the absence of the contract or agreement; or (2) Assumed in a contract or agreement that is an "insured contract", provided the "personal and advertising injury" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability assumed in an "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an Page 6 of 7 insured are deemed to be damages because of "personal and advertising injury", provided : (a) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same "insured contract"; and (b} Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 14. INSURED CONTRACT DEFINITION a. INSURED CONTRACT-CONSTRUCTION OPERATIONS AND MUNICIPAL WORK Paragraph d. of the definition of "insured contract" in Section V -Definitions is deleted and replaced by the following: An obligation , as required by ordinance, to indemnify a municipality. b. CONTRACTUAL LIABILITY Paragraph f. of the definit ion of "insured contract" is deleted and replaced by the following: That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury", "property damage", or "personal and advertising injury" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. includes that part of any contract or agreement that indemnifies a railroad for "bodily injury", "property damage", or "personal and advertising injury" arising out of construction or demolition operations, within 50 feet of any railroad property and affecting any railroad bridge or trestle , tracks , road - beds, tunnel, underpass or crossing. However, Paragraph f. does not include that part of any contract or agreement: (1} That indemnifies an architect , engineer or surveyor for injury or damage arising out of: (a} Preparing , approving , or failing to prepare or approve, maps , shop drawings, opinions, reports , Form HS 24 24 0919 Policy Number: 61UEADL 1933 Effective Date: 03/01/2022 -12/31/2022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company , other than for nonpayment of premium , notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company . B. If this policy is cancelled by the Company for nonpayment of premium , or by the insured , notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. Form IH 0313 0611 If notice is mailed , proof of mailing to the last known mailing address of the cert ificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice . Any notification rights prov ided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy 's term . Failure to provide such not ice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective , nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. Page 1 of 1 © 2011 , The Hartford CITYOF FORT WORTH STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT STANDARD C0NSTR UC TI0 N SPEC IFI CA TIO N DOCUMENTS Revi sion : &'23/202 1 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 -Definitions and Terminology .......................................................................................................... 1 1.01 Defmed Terms ............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 -Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2 .04 Before Starting Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2 . 07 Initial Acceptance of Schedules .................................................................................................... 8 Article 3 -Contract Documents : Intent, Amending, Reuse ............................................................................ 8 3.01 Intent. ............................................................................................................................................. 8 3.02 Reference Standards ...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies ....................................................................................... 9 3.04 Amending and Supplementing Contract Documents ................................................................. 10 3.05 Reuse ofDocuments ................................................................................................................... 10 3.06 Electronic Data ............................................................................................................................ 11 Article 4 -Availability of Lands ; Subsurface and Physical Conditions ; Hazardous Environmental Conditions; Reference Points ........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4 .02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions ............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points ......................................................................................................................... 14 4.06 Hazardous Environmental Condition at Site .............................................................................. 14 Article 5 -Bonds and Insurance ..................................................................................................................... 16 5.01 Licensed Sureties and Insurers ................................................................................................... 16 5.02 Performance , Payment, and Maintenance Bonds ....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor 's Insurance ................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 19 Article 6 -Contractor's Responsibilities ........................................................................................................ 19 6.01 Supervision and Superintendence ............................................................................................... 19 CITY OF FORT WORTH ST AND ARD C0NSTRUCTI0N SPECIFICATION DOCUMENTS R evision: &!23/202 1 6.02 Labor ; Working Hours ................................................................................................................ 20 6.03 Services , Materials , and Equipment ........................................................................................... 20 6.04 Project Schedule .......................................................................................................................... 21 6.05 Substitutes and "Or-Equals" ....................................................................................................... 21 6.06 Concerning Subcontractors , Suppliers , and Others .................................................................... 24 6.07 Wage Rates .................................................................................................................................. 25 6.08 Patent Fees and Royalties ........................................................................................................... 26 6.09 Permits and Utilities .................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Site and Other Areas ....................................................................................................... 28 6.13 Record Documents ...................................................................................................................... 29 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative .................................................................................................................. 30 6.16 Hazard Communication Programs ............................................................................................. 30 6.17 Emergencies and/or Rectification ............................................................................................... 30 6.18 Subrnittals .................................................................................................................................... 31 6.19 Continuing the Work ................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee .......................................................................... 32 6.21 Indemnification ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit. ............................................................................................................................. 34 6.24 Nondiscrimination ....................................................................................................................... 35 Article 7 -OtherWork at the Site ................................................................................................................... 35 7.01 Related Work at Site ................................................................................................................... 35 7.02 Coordination ................................................................................................................................ 36 Article 8 -City's Responsibilities ................................................................................................................... 36 8.01 Communications to Contractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................ 36 8.03 Pay When Due ............................................................................................................................ 36 8.04 Lands and Easements ; Reports and Tests .................................................................................. .36 8.05 Change Orders ............................................................................................................................. 36 8.06 Inspections , Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City 's Responsibilities ....................................................................................... 37 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37 8.09 Compliance with Safety Program ............................................................................................... 37 Article 9 -City 's Observation Status During Construction ........................................................................... 37 9.01 City's Project Manager ............................................................................................................ 37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations for Work Performed .......................................................................................... 38 9. 06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 C ITY OF FORT WO RTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS R ev ision: &'23/2021 Article 10 -Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders ....................................................................................................... 39 10.04 Extra Work .................................................................................................................................. 39 10.05 Notification to Surety .................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement.. ................... .41 11.01 Cost of the Work ......................................................................................................................... 41 11 .02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 44 11 . 04 Plans Quantity Measurement.. .................................................................................................... 45 Article 12 -Change of Contract Price; Change of Contract Time ................................................................. 46 12.01 Change of Contract Price ............................................................................................................ 46 12 .02 Change of Contract Time ............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 -Tests and Inspections; Correction, Removal or Acceptance ofDefective Work ..................... .48 13.01 Notice of Defects ........................................................................................................................ 48 13 .02 AccesstoWork ........................................................................................................................... 48 13 .03 Tests and Inspections .................................................................................................................. 48 13.04 Uncovering Work ........................................................................................................................ 49 13.05 City May Stop the Work ............................................................................................................. 49 13.06 Correction or Removal of Defective Work ................................................................................ 50 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance ofDefective Work. .................................................................................................. 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 -Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule ofValues ...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor's Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 55 14.05 Final Inspection ........................................................................................................................... 55 14.06 Final Acceptance ......................................................................................................................... 55 14.07 Final Payment. ............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 57 Article 15 -Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work. ............................................................................................................ 57 15.02 City May Terminate for Cause ................................................................................................... 58 15.03 City May Terminate For Convenience ....................................................................................... 60 Article 16 -Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARDC0NSTRU CTT0 N SPECIFICATION DO CUMENTS Revi sion: &!23/2021 Article 17 -Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cmnulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17 .05 Headings ...................................................................................................................................... 63 CITYOF FORT WORTH STANDARD C0NS TR UC TI 0N SPEC IFI CA TIO N DOCUMENTS Revision : &!23/202 1 ARTICLE 1 -DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms 00 72 00-1 GENERAL CONDITIONS Page I of 63 A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics , but not always. When used in a context consistent with the defmition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defmed, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda-Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement-The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment-The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or fmal payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos-Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award -Authorization by the City Council for the City to enter into an Agreement. 6. Bid-The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder-The individual or entity who submits a Bid directly to City. 8. Bidding Documents-The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements-The advertisement or Invitation to Bid, Instructions to Bidders , Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day -A business day is defmed as a day that the City conducts normal business , generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day -A day consisting of 24 hours measured from midnight to the next midnight. CITYOF FORT WORTH STANDARDC0NSTRUC TI0N SPECIF ICATION DOCUMENTS Revisio n: &23/2021 00 72 00 -1 GENERAL CONDITIONS Page 2 of 63 12 . Change Order-A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion , or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City-The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney -The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative . 15. City Council -The duly elected and qualified governmg body of the City of Fort Worth, Texas . 16. City Manager -The officially appointed and authorized City Manager of the City of Fort Worth, Texas , or his duly authorized representative. 17. Contract Claim-A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time , or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract-The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations , representations, or agreements , whether written or oral. 19. Contract Documents-Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Subrnittals, other Contractor subrnittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents . 20. Contract Price-The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph I 1.03 in the case of Unit Price Work). 21. Contract Time-The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor-The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work-See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Revision : &/23/2021 00 72 00-1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims -A demand for money or services arising from the Project or Site from third party, City or Contractor exclusive of a Contract Claim. 25. Day or day -A day, unless otherwise defined, shall mean a Calendar Day. 26 . Director of Aviation -The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents . 27. Director of Parks and Community Services -The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas , or his duly appointed representative , assistant, or agents. 28. Director of Planning and Development -The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative , assistant, or agents. 29. Director of Transportation Public Works -The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas , or his duly appointed representative, assistant, or agents. 30. Director of Water Department -The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents . 31. Drawings-That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope , extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement-The date indicated in the Agreement on which it becomes effective , but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33 . Engineer-The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work -Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents . Extra work shall be part of the Work. 35. Field Order -A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance -The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DO CUMENTS Revision: &l23/202I 007200-1 GENERAL COND ITIONS Page 4 of 63 37. Final Inspection -Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements-Sections of Division 1 of the Contract Documents. 39. Ha z ardous Environmental Condition-The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Materia~ or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 40. Hazardous Waste-Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defmed in the federal waste regulations, as amended from time to time. 41. Laws and Regulations-Any and all applicable laws, rules, regulations, ordinances, codes , and orders of any and all governmental bodies, agencies, authorities , and courts having jurisdiction . 42. Liens-Charges , security interests, or encumbrances upon Project funds , real property, or personal property. 43. Major Item -An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44 . Milestone-A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award-The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed-A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents . 47. PCBs-Polychlorinated biphenyls. 48. Petroleum-Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure ( 60 degrees Fahrenheit and 14. 7 pounds per square inch absolute), such as oR petroleum, fuel oR oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils . 49. Plans -See defmition of Drawings. CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Revision : 8'2:V2021 007200-1 GENERAL CONDITIONS Page 5 of 63 50 . Project Schedule -A schedule , prepared and maintained by Contractor, in accordance wit the General Requirements, descnbing the sequence and duration of the activities compnsmg the Contractor's plan to accomplish the Work within the Contract Time. 51. Project-The Work to be performed under the Contract Documents. 52. Project Manager-The authorized representative of the City who will be assigned to the Site . 53. Public Meeting -An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material-Source, special nuclear, or byproduct material as defmed by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours -Hours beginning at 7:00 a .m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples-Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals-A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values-A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59 . Site-Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications-That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor-An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARDC0NSTRU CT!0N SPEC IF ICATION DOCUMENTS Revi sio n: &!23/2021 00 72 00-1 GENERAL COND ITIONS Page 6 of 63 62. Submittals-All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Substantial Completion -The stage in the progress of the Project when the Work IS sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder-The Bidder submitting the lowest and most responsive Bid to whom City makes an A ward. 65. Superintendent-The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions-That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier-A manufacturer, fabricator , supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities-All underground pipelines, conduits, ducts , cables , wires , manholes , vaults, tanks, tunnels , or other such facilities or attachments, and any encasements containing such facilities , including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals , or traffic or other control systems. 69 Unit Price Work-See Paragraph 11.03 of these General Conditions for defmition. 70. Weekend Working Hours-Hours begirming at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday , as approved in advance by the City. 71. Work -The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction , all as required by the Contract Documents . 72. Working Day -A working day is defmed as a day, not including Saturdays , Sundays , or lega 1 holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defmed but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B . Intent of Certain Terms or Adjectives: C ITY OF FORT WORTH STANDARDC0NSTRU CTI0N SPECIF ICATION DOCUMENTS R evision : &!23/2021 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to descnbe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in generai the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C . Defective: 1. The word "defective," when modifying the word 'Worlc," refers to Work that IS unsatisfactory, faulty, or deficient in that it: a . does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c . has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word ''Install" or the word "Perform" or the word ''Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment , and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2-PRELIMINARYMATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four ( 4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. C ITY OF FORT WORTH STANDARDCONSTRUCTION SPEC IFICATION DOCUMENTS Revision : &l21/2021 2.03 Starti ng the Work 00 72 00 -1 GENERAL CO NDITIO N S Page 8 of63 Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Constru c tion Baseline Schedules: Submit in accordance with the Contract Documents , and prior to starting the Work. 2.05 Preconstruction Coriference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents . 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of S c hedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents . ARTICLE 3 -CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A . The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project ( or part thereof) to be constructed in accordance with the Contract Documents . Any labor, documentation , services, materials , or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for , at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style . Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison . Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections . Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the C IT Y OF FORT W ORTH S TANDARDC0NSTRUC TI 0N SPECIFICATION DOCUMENTS R ev ision: &/23/202 1 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading ''Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals , or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication , shall mean the standard, specification, manua~ code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents . 2. No provision of any such standard, specification, manua~ or code , or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors , consultants, agents, or employees , from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A . Reporting Discrepancies : 1. Contractor 's Rev iew of Contrac t Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity , or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor 's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manua~ or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing . Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph C ITY OF FORT WORTH STANDARDC0NSTRUCTION SPECIFICATION DO CUMENTS Revision : &23/202 1 00 72 00-1 GENERAL CONDITIONS P age IO of 63 6.17 .A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents , the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manuaL or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies , figured dimensions shall govern over scaled dimensions , Plans shall govern over Specifications , Supplementary Conditions shall govern over General Conditions and Specifications , and quantities shown on the Plans shall govern over those shown in the proposal 3.04 Amending and Supplementing Contract Docume nts A . The Contract Documents may be amended to provide for additions , deletions, and revisions m the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time , may be authorized, by one or more of the following ways: 1. A Field Order; 2. City 's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City 's written interpretation or clarification. 3.05 Reuse of Documents A . Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings , Specifications , or other documents ( or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions ; or 2. reuse any such Drawings , Specifications , other documents , or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. C ITY OF FORT WORTH STAND ARD CONS TR UC TI ON SPEC IF ICATION DOCUMENT S R ev ision : &!23/202 1 007200-1 GENERAL CONDITIONS Page 11 of63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A . Unless otherwise stated in the Supplementary Conditions , the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site . Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic ftles will be atthe user's sole risk. If there is a discrepancy between the electronic ftles and the hard copies, the hard copies govern . B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility , usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 -AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities . 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements . 2. The City has or anticipates removing and/or relocating utilities , and obstructions to the Site . Any outstanding removal or relocation of utilities or obstructions is anticipated in accordaoce with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. C ITYOF FORT WORTH STANDARD C0NST RUC TI 0N SPEC IF ICATION DOCUM ENT S R evi sion: &'23/202 1 007200-1 GENERAL CONDITIONS Page 12of63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2 . those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions . Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents , consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data , interpretations , opinions , and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data " or any such other data , interpretations, opinions , or information. 4.03 Differing Subsu,face or Phys ical Conditions A. Notice : If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4 .02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4 . is of an unusual nature , and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents ; C ITY OF FORT WORTH ST AND AR DC0NST RUC TI 0N SPEC IFI CA TION DOCUMENTS Revi sion: &ln/2021 007200-1 GENERAL CONDITIONS Page 13 of63 then Contractor sbaii promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an _ emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a fmal commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3 . Contractor failed to give the written notice as required by Paragraph 4.03 .A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions : I. City and Engineer shall not be responsible for the accuracy or completeness of any such information or da ta provided by others; and 2 . the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a . reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents ; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any C ITY OF FORT WORTH STANDARDC0NSTRU CTI0N SPECIF ICATION DOCUMENTS R evision: &'23/2021 00 72 00-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith ( except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences . 3 . Verification of existing utilities, structures , and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments , and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B . Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees , the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Ha z ardous Environmental Condition at Site A . Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site . B. Limited R e lian ce by Contractor on Technical Data A uthoriz ed: Contractor may rely upon the accuracy of the ''technical data" contained in such reports and drawings , but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers , directors , members, partners , employees, agents , consultants , or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes , including , but not limited to, any aspects of the means , methods , techniques , sequences and procedures of C ITY OF FORT WOR TH S T ANDARD C0NSTRUC TI 0N SPECIF ICATION DOCUMENT S R ev ision: &!23/202 1 007200-1 GENERAL CONDITIONS Page 15 of63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, oplillons and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any ''technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors , Suppliers , or anyone else for whom Contractor is responsible . D . If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby ( except in an emergency as required by Paragrarh 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action , if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City ,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractoror by anyoneforwhom Contractor is responsibl.e. Nothing in this Paragraph 4. 06. G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4 .02 , 4 .03, and 4 .04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site . CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF !CATION DO CUMENTS Revi sion : &'23/2021 ARTICLE 5 -BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers 007200 -1 GENERAL COND ITIONS Page 16 of 63 All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work descnbed in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescnbed by the Contract Documents except as provided otherwise by Laws or Regulations , and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service , Surety Bond Branch, U.S . Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C , Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5 .03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions , certificates of insurance ( other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. I . The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. C ITYOF FORT WORTH S T AND ARD C0NS TR UC TI 0N SPECIFICATION DOCUMENT S R evision: &'23/202 1 00 72 00-1 GENERAL CONDITIONS P age 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location" endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M . Best Key Rating Guide or have reasonably equivalent fmancial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits , an Umbrella or Exces s Liability insurance for any differences is required. Excess Liability shall follow form of the pnmary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis ". If coverage is underwritten on a claims-made basis , the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such msurance coverage. 9. Policies shall have no exclusions by endorsements , which, neither nullify or amend, the required lines of coverage , nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage , and the City desires the contractor/engineer to obtain such coverage , the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00 , affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In C ITY O F FORT WORTH ST AND ARD C0NSTRUC TI0N SP EC IFICA TION DOCUMENTS R evi sion : &'n'2021 007200-1 GENERAL CONDITIONS Page 18 of63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions , limitations , or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions , or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. Contractor's Insuran ce A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor 's other obligations under the Contract Documents , whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily IIl.JllfY , occupational sickness or disease , or death of Contractor's employees . B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises /operations , independent contractors, products /completed operations , personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other C ITYOF FORT WORTH STANDARDC0NSTR UC TI0N SPEC IFI CATION DOCUMENTS Revision: &'23/202 1 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City . The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations , products/completed operations, contractuaL personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing . For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defmed as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions . E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage . Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates ( or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents , the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES 6.01 Sup ervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents . Contractor shall be solely responsible for the means , methods, techniques , sequences, and procedures of construction. CITY OF FORT WORTH STANDARDC0NSTR UCT I0 N SPECIFICATION DOCUMENTS R evision : 8/ZY202 1 007200-1 GENERAL CONDITIONS Page 20of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A . Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents . Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3 . for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents , Contractor shall provide and assume full responsibility for all services , materials , equipment, labor , transportation, construction equipment and machinery, tools , appliances, fuel, power, light , heat, telephone, water, sanitary facilities , temporary facilities , and all other facilities and incidentals necessary for the performance , Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source , kind, and quality of materials and equipment. C ITY O F F O RT W OR TH S T ANDARD C0NSTRUC TI 0N SPECIF ICATION DOCUMENT S R ev isio n: &l23/202 1 007200-1 GENERAL CONDITIONS Page 21 of63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D . All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A . Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3 . Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals " A. Whenever an item of material or equipment is specified or descnbed in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type , function , appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. I. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items . For the purposes of this Paragraph 6.05.A. l, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: C ITY OF FORT WORTH 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics ; STANDARD C0NS TR UC Tf 0N SPECIFICAT ION DO CUMENTS R ev ision: &23/202 1 007200 -1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole ; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A .1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: CITY OF FORT WORTH 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state : a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of fmal completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents ( or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; STANDARDC0NSTRUCTT0N SPECIFICATION DO CUMENTS R evi sion: 8/23/2021 00 72 00 -1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance , repair, and replacement services ; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute ConstructionM ethods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City 's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05 .B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete , which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal" City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages , losses and expenses (including attorneys fees) arising out of the use of su bstituted materials or equipment. E . City 's Cost Reimbursement: City will record City 's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6 .05 .A.2 and 6.05.B . Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents ( or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F . Contractor 's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CIT Y OF FORT WORTH STANDARD C0NSTRUC TIO N SPECIF ICATION DOCUMENTS Revi sion: &fll/202 1 00 72 00-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attnbutable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers , and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B . Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection ( excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D . Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis . If the Contract Documents provide for a MBE goai Contractor is required to comply with the intent of the City 's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions , or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records , or ftles in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors , Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CIT Y OF F ORT WORTH ST ANDARD C0NS TR UC TI 0N SPEC IFI CATION DOCUMENTS R ev ision: &'23/2021 00 72 00 -1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier , or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individua 1 or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers , and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers , and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H . All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), 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. B. 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. C. 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 31st 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 fmal determination of the violation. CITY OF FORT WORTH STANDARD CONST RUC TI ON SPEC IFI CA TI ON DOC UM ENTS Revision: &'23/202 1 007200-1 GENERAL CONDITIONS Page 26 of 63 D. 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 does 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 11th 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 party 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. E. 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 Paragraph 6.23, Right to Audit, shall pertain to tltis inspection. F. Progress Payments. With each progress payment 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. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. 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. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention , design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royahies to others . B . To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resultingfrom CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Revision: &/23/2021 00 72 00-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention , design , process, product, or device not specifie in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses . Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09 .B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtainedpermits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2 . U .S. Army Corps of Engineers Permits 3 . Texas Commission on Environmental Quality Permits 4 . Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations , the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations , Contractor shall bear all claims, costs , losses , and damages (including but not limited to all fees and charges of engineers , architects , attorneys , and other professionals and all C ITYOF FORT WORTH STANDARDC0NS TRU CTI0 SPECIFICATION DOCUMENTS Revision : &23/2021 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151. 301-335 ( as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax , said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H . B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http J/www.window.state.tx.us /taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confme construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations , and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to fmish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIF ICATION DOCUMENTS Revision: &23/2021 00 72 00-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4 . Pursuant to Paragraph 6. 21 , Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses , and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B . Removal of Debris During Performance of the Work : During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris . Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D . Final Site Cleaning : Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utmtion by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures : Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure , nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A . Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders , Field Orders , and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upcn completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6 .14 Safety and Protection A . Contractor shall be solely responsible for initiating, maintammg and supervISmg all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DO CUMENTS Revision: &'23/202I 007200-1 GENERAL CONDIT IONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage , injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees , shrubs , lawns , walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them , and shall cooperate with them in the protection , removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs , if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any , with which City's employees and representatives must comply while at the Site. E . All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A .3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable , shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safe ty Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site . 6.16 Haz ard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other haz.ard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations . 6.17 Eme rgencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage , injury , or loss. Contractor shall give City prompt written notice if Contractor believes that any significant C ITY OF FORT WORTH STANDARD C0NSTRUCTI0N SPEC IF ICATION DOCUMENTS Rev ision: &!23/202 1 007200 -1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or ar required as a result thereof. If City determines that a change in the Contract Documents is require ct because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions , or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action , plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A . Contractor shall submit required Submittals to City for review and acceptance in accordaoce with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements . 2. Data shown on the Submittals will be complete with respect to quantities , dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials , and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18 . C . 3 . Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications . 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications . 7 . Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18 .C. CITY OF FORT WORTH STANDARDC0NSTR UC TI 0N SPECIF ICATION DOCUMENTS Rev ision: &'23/2021 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals , any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction ( except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptaoce of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor 's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers , directors , members , partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors , Suppliers, or any other individual or entity for whom Contractor is responsible; or CITYOF FORT WORTH STANDARDCONSTRU CTI0N SPECIFICATION DOCUMENTS Revision : &'23/2021 2. normal wear and tear under normal usage. 00 72 00-1 GENERAL CONDITIONS Page 33 of 63 C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents : 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others ; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptnes s. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all clai~ arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under th~ Contract. THIS JNDEMNTFJCAJJQN PROVISION JS SPECIFICALLY INTENDED ID OPERATE AND BE EFFECTIVE EVEN IF TT JS ALLEGED QB PROVEN THAT ALL QR SOME QF THE DAMAGES BEING SOUGHT WERE CAUSED, TN WHOLE QB TN PART, BY ANY ACT, QMTSSTQN QB NEGLIGENCE QF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS TNDEMNTFTCATTQN PROVISION TS C ITYOF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DO CUMENTS R evision: &l21/2021 00 72 00-1 GENERAL COND ITIONS P age 34 of 63 SPECIFICALLY INTENDED TQ OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED QR PROVEN THAT ALL QR SOME QF THE DAMAGES BEING SQJJGUI WERE CAUSED, IN WHOLE QR IN PART, BY ANY ACT, OMISSION QR NEGLIGENCE QF THE CITY, 6.22 Delegation of Professional D esign Servic es A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carryout Contractor's responsibilities for construction means , methods , techniques , sequences and procedures . B. If professional design services or certifications by a design professional related to systems , materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professiona4 whose signature and seal shall appear on all drawings , calculations , specifications , certifications , and Submittals prepared by such professional Submittals related to the Work designed or certified by such professiona4 if prepared by others , shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services , certifications or approvals performed by such design professionals , provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6 .22 , City 's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City 's review and acceptance of Submittals ( except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shal4 until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books , documents , papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B . Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shal4 until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books , documents , papers , and records of such Subcontractor, involving transactions to the subcontract, and further , that City shall have access during Regular Working Hours to all C ITY OF FOR T WORTH S T ANDARD C0NSTRUC TI 0N SPEC IF ICATION DOCUM ENT S Rev ision: &'23/2021 00 72 00-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects , which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race , color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 -OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees , or other City contractors , or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents , then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City 's employees or other City contractors , proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting , excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C . If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays , defects , or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor 's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor 's Work except for latent defects in the work provided by others. C ITY OF FORT WORTH STANDARD CONSTRUC TIO N SPEC IF ICATION DOCUMENTS R ev ision: &'2V2021 7 .02 Coordination 00 72 00-1 GENERAL CONDITIONS Page 36 of 63 A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2 . the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 -CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions , City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay Wh e n Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Ea se ments; Reports and Tes ts City's duties with respect to providing lands and eas ements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4 .02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents . 8.05 Ch a nge Orders City shall execute Change Orders in accordance with Paragraph 10 .03 . 8.06 In spections, Tests, and Approvals City 's responsibility with respect to certain inspections , tests , and approvals is set forth in Paragraph 13.03. C ITY OF F ORT WORTH ST ANDARD C0NSTRUC TI0 N SPECIF I CATION D OCUMENTS Revision: &'2Y.102I 8.07 Limitations on City's Responsibilities 007200-1 GENERAL CONDITIONS Page 37 of 63 A . The City shall not supervise, direct, or have control or authority over, nor be responsible for , Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6. 14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06 . 8.09 Compliance with Safety Program While at the Site , City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 -CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 Ci ty's Pr oj ec t Manage r City will provide one or more Project Manager(s) during the construction period. The duties and re sponsibilities and the limitations of authority of City 's Project Manager during construction are set forth in the Contract Documents. The City 's Project Manager for this Contract is identified in the Supplementary Conditions . 9.02 Vi s its to Site A . City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations , City 's Project Manager will determine , in generaL if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City 's Project Manager 's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents . B. City 's Project Manager 's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07 . C IT Y OF FORT WORTH STANDARD C0NSTRUC TI 0N SPEC IF ICATION D OCUMENTS R ev ision: 8/23/2021 Authorized Variations in Work 007200-1 GENERAL CONDITIONS Page 38 of 63 City's Project Manager may authorize minor vanat1ons in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final ( except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 -CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents ( except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B . For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Revision : &23/2021 I 0.02 Unauthorized Changes in the Work 007200-1 GENERAL CONDITIONS Page 39 of 63 Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10 .03 Execution of Change Orders A . City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (D ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties ; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A . Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10 .06. B. The Contractor shall furnish the City such installation records of all deviations from the origina I Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full , complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown , foreseen or unforeseen at that time, including without limitation , any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to , Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change . C ITY OF FORT WORTH STANDARDCONSTRU CTI0 N SPEC IFICATIO DOCUMENTS R evision: &'23/2021 10.06 Contract Claims Process 00 72 00-1 GENERAL CONDITIONS Page 40 of 63 A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims . B . Notice : 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4 . A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12 .02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City 's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial CITYOF FORT WORTH STANDARD C0NSTRU CTI 0N SPEC IFICATION DO CUMENTS R ev ision : &l23/.1021 007200-1 GENERAL CONDIT IONS Page41 of63 D . City's written action under Paragraph 10.06.C will be fmal and binding, unless City o Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11-COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A . Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B , necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B , and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation , superintendents, foremen , and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup , or b . salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment , excise , and payroll taxes , workers' compensation , health and retirement benefits , bonuses , sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays , shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading , unloading , assembly, dismantling , and removal thereof. All such costs shall be in accordance with the terms of said rental agreements . The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD C0NS TR UC TI 0N SPECIF ICAT ION DOCUMENTS Rev ision: &23/202 1 007200 -1 GENERAL CONDITIONS Page 42 of 63 4 . Payments made by Contractor to Subcontractors for Work performed by Subcontractors . If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided m this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects , testing laboratories, surveyors, attorneys , and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travei and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment , machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise , sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses , damages , and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fue~ and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls , telephone and communication services at the Site , express and courier services , and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARDCONSTRUCTI0N SPECIFICATION DOCUMENTS Rev isio n: &'23/202 1 00 72 00-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contrac Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects , estimators, attorneys , auditors , accountants , purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2 . Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3 . Any part of Contractor's capital expenses, including interest on Contractor 's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to , the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus , Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C . D. Documentation : Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF !CATION DOCUMENTS Revi sion : &23/2021 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance , if any, is for the sole use of City. D . Prior to fmal payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. I 1.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price . Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05 . C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price . D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work m accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit pnce. CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIF ICATION DO CUMENTS Revision: &'23/202 1 007200 -1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist , this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4 . A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity . 5. When the quantity of work to be done under any Major Item of the Contract is more than 125 % of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plan s Quantity M easurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved , handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities , unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25 % (or as stipulated under ''Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents , an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made . Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans , the plans quantity will be increased or decreased by the amount involved in the change , and the 25 % variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fJX the final quantity as a plans quantity . C ITY OF FORT WO RTH STANDARD C0NSTRUC TI 0N SPECIF ICATION DOCUMENTS R ev ision: &l23/2021 00 72 00-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable . ARTICLE 12 -CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents , by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C . Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: l . a mutually acceptable fixed fee; or 2 . if a fJXed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a . for costs incurred under Paragraphs 11.01.A.1 , 11.01.A .2. and 11.01.A.3 , the Contractor's additional fee shall be 15 percent except for : 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and I 1.01.A.5 , the Contractor's fee shall be five percent (5%); CITY OF FORT WORTH 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fJXed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever STANDARD CONSTRUC TIO N SPECIFICATION DOCUMENTS Rev ision: &!23/2021 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor unde Paragraphs 11.01.A.1 and 11.01.A .2 and that any higher tier Subcontractor and -_ Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11 .01 .A.6, and 11.01.B ; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12 .02 Change of Contract Time A . The Contract Time may only be changed by a Change Order. B . No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12 .03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include , but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics , abnormal weather conditions , or acts of God . Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers , architects , attorneys , and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C . Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D . 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 materia~ if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD C0NSTR UC TI0 N SPECTF TCAT T0 N DO CUMENTS Revi si on : &/23/2021 007200-1 GENERAL COND ITIONS Page 48 of 63 ARTICLE 13 -TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing . Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests . B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the W 9rk ( or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals , pay all costs in connection therewith, and furnish City the required certificates of inspection or approvat excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City 's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections , tests, re-tests, or approvals shall be performed by organizations acceptable to City. D . City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests (''Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible , with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Revision: &-23/2021 00 72 00-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E . If any Work ( or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor 's expense . G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13 .03 D. 13.04 Un c overing Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require , that portion of the Work in question , furnishing all necessary labor, materiaL and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims , costs , losses , and damages (including but not limited to all fees and charges of engineers , architects , attorneys , and other professionals and all court or other dispute resorution costs) arising out of or relating to such uncovering, exposure , observation, inspection, and testing, and of satisfactory replacement or reconstruction (incruding but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordan;e with Paragraph 13 .08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective , Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both , directly attributable to such uncovering, exposure , observation, inspection, testing, replacement, and reconstruction. 13 .05 City May Stop th e Work If the Work is defective , or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents , City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not giv e rise to any duty on the part of City to exercise this right for the benefit of Contractor, any C ITYOF FORT WORTH ST ANDARD CONST RUC TI ON SPECIF ICATION DOCUMENTS Rev ision : &l23/202 1 007200 -1 GENERAL CONDIT IONS Page 50of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for , or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A . Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs , additional testing, losses , and damages (including but not limited to all fees and charges of engineers, architects, attorneys , and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee , if any, on said Work. 13 .07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective , and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions , or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses , and damages (including but not limited to all fees and charges of engineers, architects , attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C ITYOF FORT WORTH STANDARDC0NSTRUCTION SPECIFICATION DOCUMENTS R ev ision : &/23/2021 007200 -1 GENERAL CONDITIONS Page 5 1 of63 C. In special circumstances where a particular item of equipment is placed in continuous servic before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date 'if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06 . E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims , costs, losses , and damages (including but not limited to all fees and charges of engineers , architects, attorneys , and other professionals and all court or other dispute resolution costs) attributable to City 's evaluation of and determination to accep: such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issue incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13 .09 City May Correc t Defective Work A . If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06 .A , or if Contractor fails to perform the Work in accordance with the Contract Documents , or if Contractor fails to comply with any other provision of the Contract Documents, City may , after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site , take possession of all or part of the Work and suspend Contractor's s ervices related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives , agents , consultants , employees , and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims , costs , losses , and damages (including but not limited to all fees and charges of engineers, architects , attorneys , and other professionals and all court or other dispute resolution C ITY OF FORT WORTH STANDARD C0NST RUC Tl 0N SPEClFlCATlON D OCUMENTS Revisio n: &'23/2021 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13 .09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 ScheduleofValues The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice , or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City 's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. C ITY OF FORT WOR TH STANDARD C0NST RUC TI 0N SPEC IFICAT ION DOCUM ENTS Revi sion : &23/202 1 B. Review of Applications: 00 72 00-1 GENERAL CONDITIONS Page 53 of 63 1. City will, after receipt of each Application for Payment, either indicate in wntmg a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City 's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules , that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents ( subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, tre results of any subsequent tests called for in the Contract Documents, a fmal determination of quantities and classifications for Work performed under Paragraph 9.05 , and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents ; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c . Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d . City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or C ITY OF FORT WORTH STANDARD C0NST RUC TI 0N SPEC IFI CATION DOCUMENTS Rev ision: &ln'202 1 007200-1 GENERAL CONDITIONS e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: Page 54 of 63 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2 . For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual know ledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens . CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPEC IFI CATION DOCUMENTS R evision: &,23/202 1 14.04 Partial Utilization 00 72 00-1 GENERAL CONDITIONS Page 55 of 63 A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which has specifically been identified in the Contract Documents , or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor 's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions : 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use . 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1 , City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete , City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work JS Substantially Complete m accordance with the Contract Documents: 1. Within 10 days , City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective (''Punch List Items"). Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items , Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City 's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. C ITY OF FORT WORTH STANDARD CONSTRUC TION SPECIF !CATION DOCUMENTS R evision: &'n/2021 14.07 Final Payment A. Application/or Payment: 007200-1 GENERAL CONDITIONS Page 56 of 63 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The fmal Application for Payment shall be accompanied ( except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to fmal payment; c . a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the fmal payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so conflftns, City may, upon receipt of Contractor's fmal Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02 .C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARDC0NSTRUCTI0 N SPE CIFICATION DO CUMENTS Revi sion: &23/202 1 00 72 00 -1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City wit the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations , the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all subrnittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 -SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause , City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents , for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time , directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D . Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed . Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WO RTH ST ANDARD C0NSTRUC TI 0 SPECIF ICATION DOCUMENTS R evi sion : 8/2ll2021 15 .02 City May TerminateforCause 00 72 00-1 GENERAL CONDITIONS P ag e 58 of 63 A. The occurrence ofany one or more of the following events by way of example , but not oflimitation , may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to , failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-201 lestablished under ParagraJii 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor 's violation in any substantial way of any provisions of the Contract Documents ; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose ; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise fmancially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days , after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations , declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its C ITY OF F ORT WORTH ST ANDARD C0NSTRU CTI0 N SPECIF ICATI ON DOCUMENTS Rev i sion : &23/2021 00 72 00-1 GENE~L CONDITIONS Page 59 of 63 obligations, then City, without process or action at law , may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and fmish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is fmished. If the unpaid balance of the Contract Price exceeds all claims, costs , losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceedsuch unpaid balance , Contractor shall pay the difference to City. Such claims, costs , losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4 . Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6 . Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescnbed by law . C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITYOF FORT WORTH ST ANDARD CONST RUC TI 0N SPEC IF !CA TIO N D OC UMENTS Revi sion : &23/202 1 15.03 City May Terminate For Convenience 007200 -1 GENERAL CONDITIONS P age 60 of 63 A . City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall : 1. Stop work under the Contract on the date and to the extent specified in the notice of termination ; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4 . transfer title to the City and deliver in the manner, at the times , and to the extent, if any , directed by the City: a . the fabricated or unfabricated parts , Work in progress , completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination ; and b. the completed, or partially completed plans , drawings , information and other property which , if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination ; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list , certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. C ITYOF F ORT WORTH ST ANDARD C0NST RUC TJ 0N SPECIF ICATION DO CUMENT S R ev ision: 8/23/202 1 00 72 00-1 GENERAL CONDITIONS Page 61 of63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescnbed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine , on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16-DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10 .06 .E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10. 06. C or a denial pursuant to Paragraphs 10.06 .C.3 or 10 .06.D shall become final and binding 30 days after termination of the mediation unless , within that time period, City or Contractor: C ITY OF FORT WORTH STANDARD CONS TR UCTION SPECIF !CATION DO CUMENTS Revision : &'23/202 1 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in wntmg to invoke any other dispute resolution process provided for m the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction . ARTICLE 17 -MISCELLANEOUS 17 .01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B . Business address changes must be promptly made in writing to the other party. C . Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation ofTimes When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17 .03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee , or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right , and remedy to which they apply. CITY OF FORT WORTH STANDARDC0NSTRUCTI0N SPECIFICATION DOCUMENTS Rev ision: &,23/2021 17 .04 Survival of Obligations 00 72 00 -1 GENERAL CONDITIONS Page 63 of 63 All representations, indemnifications , warranties , and guarantees made in , required by , or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents , will survive fmal payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17 .05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. C ITY OF FORT WORTH ST AND AR DC0NSTRUC TI 0N SPEC IF ICATION DOCUMENTS R ev ision : 8/23/202 1 Supplementary Conditions SECTION 00 73 00 SUPPLEMENT ARY CONDITIONS TO GENERAL CONDITIONS These Supplementary Conditions modify and supplement Section 00 72 00 -General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein . Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents . SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications . SC-4.0lA Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions , Contractor shall compare them to the lines shown on the Contract Drawings . SC-4.0lA.1., "Availability of Lands" The following is a list of known outstanding right-of-way , and/or easements to be acquired, if any as of S eptember 21, 2022 Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only , are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings , Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Impro vements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUM EN TS City Proiect No. 102652 Revi sed March 9, 2020 SC-4.01 A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of September 21, 2022 EXPECTED OWNER None UTILITY AND LOCATION TARGET DA TE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Report No. DE 2 J-2226R 2, dated August 1, 2022 , prepared by Alliance Geotechnical Group , a sub- consultant of Hazen and Smiyer a consultant of the City, providing additional information on Geotechnical Investigation. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: Quality Level "A" Utility Test Holes (Sheets 1-10), November 16, 2021, CP&Y R/5055.13 (Sheets 1-5), February 28, 2022, CRIADO SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.02B., "Performance, Payment, and Maintenance" As each of Milestone 1 and 2 (as defined in the Agreement) are completed to the point where the Partial Utilization of each facility is made, the two year maintenance period for that Work shall commence. SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees . (1) City (2) Consultant: Hazen and Sawyer (3) Other: Gupta & Associates, JQ Infrastructure, CP&Y SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5 .04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations : CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPEC!F!CA T!ON DOCUMENTS City Proiect No. 102652 Revi sed March 9, 2020 5.04A. Workers' Compensation, under Paragraph GC-5.04A . Statuto ry limits Employer's liabili ty $100,000 each accident/occurrence $ I 00 , 000 Disease -each employee $500,000 Disea se -policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5 .04B . Contractor's Liability Insurance under Paragraph GC-5 .04B ., which shall be on a per project basis covering the Contractor with minimum limits of: $1, 000, 000 ea ch occurrence $2,000,000 agg regate limit The policy must have an endorsement (Amendment -Aggregate Limits oflnsurance) making the General Aggregate Limits apply separately to each job site . The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage 's. Verification of such coverage must be shown in the Remarks Article of the Certificate oflnsurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability , under Paragraph GC-5 .04C. Contractor 's Liability Insurance under Paragraph GC-5 .04 C., which shall be in an amount not les s than the following amounts : (I) Automobile Liability -a commercial business policy shall provide coverage on "Any Auto", defined as autos owned , hired and non-owned. $1,000,000 each accident on a combined single limit basis . Split limits are acceptable iflimits are at least: $2 50,000 $500,000 $100,000 Bodily Inju ry p er p erson I Bodily Inju ry p er acc ident I Prop erty Damage SC-5.04D., "Contractor's Insurance" The Contractor 's construction acti v ities will require its employee s, agents , subcontractors , equipment, and material deli veries to cro ss railroad propertie s and tracks Non e. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoev er in the use or operation of its /their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should sati sfy itself as to the requirements of each railroad company and be prepared to execute th e right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase 1 STA NDARD CONSTRUC TION SP ECIFI CA TION DO CUM ENTS Citv Proiect No. 102652 Revised March 9, 2020 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (I) General Aggregate: (2) Each Occurrence : __ R equired for this Contract _K_ Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above . 2 . Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance poli cies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company 's right-of-way at a location entirely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation . 4 . If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above . All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule s hall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: City of Fort Worth A copy of the table is also available by accessing the City's website at: https://apps.fortworthtexas.gov/ProiectResources/ CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 102652 Revised March 9, 2020 You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 -General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Digester Control R oom No. I a . Building permit b. Electrical permit, submitted by electrica l contractor c. Mechanical permit, submitted by HVA C contractor 2. Gas Compressor/H2S Scrubber 3. a. Building permit (for H2S foundation) b. Plumbing perming (for all water and drains) c. Electrical permit, submitted by electrical contractor d. Mechanical permit if applicable, submitted by HVAC contractor Flares a. b. C. d. Building permit (for vault structure) Plumbing perming (for all water and drains) Electrical permit, submitted by electrical contractor Mechanical permit if applicable, submitted by HVAC contractor 4. Digesters a. Building permit for brick replacement if extensive. SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City : None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of September 21 , 2022 : Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION None SC-6.20D., "Contractor's General Warranty and Guarantee" TARGET DATE OF POSSESSION The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of written notice of Partial Utilization of the Milestone(s) 1 and 2 Work as well as from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02 .B . The City will give notice of observed defects with reasonable promptness . CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 102652 Revised March 9, 2020 SC-7.02., "Coordination" Th e ind iv idu als o r entiti es li sted below have contracts wi th the C ity fo r th e perfo rmance of oth er w ork at th e Site: Vendor Scope of Work Eard e Contractinf!, L P S ludf!e Thickeninf! Improvem ents To be dete rm ined. D igester Gas Co mpressor R ehabilitatio n To be determined. Turbine Gas Co mpressor R eha b ilitation SC-8.01 , "Communications to Contractor" None SC-9.01., "City 's Project Manager" Coordination Authority CITY CITY CITY The C ity 's Proj ect Man ager for th is Contract is Suzan na Abbe, PE, or hi s/h er su ccessor pursuan t to written notification from the Director of Wa ter D epartmen t. SC-13.03C., "Tests and In spections" No ne SC-16.0tC.1 , "Methods and Procedures" None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9 .01 ., "City 's Project Representative " wo rding changed to City's Proj ect Manager. 3/9/2020 D.V. Magana SC-6.07 , Updated the link such that files can be accessed via the C ity's website . CITY OF FORT WORTH Villag e Creek WR F, Digester Mixing, Flare and Dom e Impro ve ments Pha se 1 STANDARD CONSTRUC TION SPEC IFICA TI ON DOCUMENTS City Proiect No. 102652 Revised Marc h 9, 2020 PART 1-GENERAL 1.1 SUMMARY A. Section Includes: SECTION 0111 00 SUMMARY OF WORK 1. Summary of Work to be performed in accordance with the Contract Documents B . Deviations from this City of Port Worth Standard Specification 1. Modified 1.2.A.1 2. Added 1.2.A.2 3. Modified 1.4.B.1 4. Added 1.4.A.2 5. Modified 1.4.B.1 6. Added 1.4.B.2 7. Added 1.4.C & 1.4.F C. Related Specification Sections include , but are not necessarily limited to : l. Division O -Bidding Requirements, Contract Farms, and Conditions of the Contract 2. Division 1 -General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A . Measurement and Payment I. Unit Price -Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Lump Sum Price -Work associated with this Item is included in the total lump sum price. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials , and equipment, and performing all Work necessary for this construction project as d etailed in the Drawings and Specifications . CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTRUC TION SP ECIFI CATION DOCUMENT Citv Proiect No . 102652 Revised 12/20/201 2 011100-2 SUMMARY OF WORK Page 2 of5 2. Improvements at Digester Nos. 1 - 6 include dewatering & cleaning, new digester pumped mixing systems, new gas safety equipment, coping repairs, dome steel repairs, dome interior recoating, dome insulation replacement, fall protection, and overflow box repairs. New gas safety equipment at Digester Nos. 7 -14. Improvements at Digester Control Building No. 1 include architectural rehabilitation and replacement of HV AC. electrical gear, transformers, feeders, and conduits and conductors to served equipment. Temporary electrical facilities are required during construction for either two (2) or four (4) digesters out of service. Install two (2) new digester gas flares, condensate vault, and 30-inch Low Pressure Digester Gas (LOG) pipeline. Install H2S Removal System with three (3) Vessels on concrete foundation on piers. Replace two (2) refrigerative gas dryers and install two (2) chillers. Additive alternate items at Digester Nos. 7 & 8 include dewatering & cleaning, additional gas safety equipment, coping repairs, dome steel repairs, dome interior recoating, dome insulation replacement, fall protection, and overflow box repairs. Inclusion of additive alternate items in this project is not guaranteed. Additive alternate item for replacement of Electrical Transformers P A9 and PA10 including Switchgear. Additive alternate items for brick repairs at Digester Nos. 1 -6. B. Subsidiary Work I. Unit Price Bid -Any and all Work specifically governed by documentary requiremeRts for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the it em is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. Lump Sum Price-Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents are included in the total lump sum price bid. C. Examination of the Site 1. Visit the site, to compare drawings and specifications with any work in place, and observe all site conditions, including other work, if any, is being performed. Failure to visit the site shall not relieve the Contractor from the necessity of furnishing materials or performing work required to complete work in accordance with the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 12/20/2012 Village Creek WRF. Digester Mixing. Flare and Dome Improvements City Project No. 10265:Z 01 II 00-3 SUMMARY OF WORK D . Use of Premises I . Coordinate uses of premises under direction of the City . 2 . Asswne full responsibility for protection and safekeeping of materials and equipment stored on the Site. Page 3 of5 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Docwnents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations . b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property . c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division O as well as the railroad permit. E. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property . 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City . 3. Unless specifically provided otherwise , clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations . 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns , fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines , to all conduits , overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work . 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual , or other, either as owners or occupants , whose land or interest in land might be affected by the Work. c . Be responsible for all damage or injury to property of any character resulting from any act, omission , neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6 . Fence a . Restore all fences encountered and removed during construction of the Project to the original or a better than original condition . CITY OF FORT WORTH STANDARD CONSTRUCTION SP ECIFICATION DOCUMEN T Revi se d 12/20/2012 Village Creek WRF, Dige.~ter Mixing. Flare and Dome Improvement.~ Citv Proiect No. 101651 011100-4 SUMMARY OF WORK Page 4 of 5 b . Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security . c. The cost for all fence work within easements , including removal , temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal , unless a bid item is specifically provided in the proposal. F. Partial Owner Occupancy 1. The City reserves the right to take possession and use any completed or partially completed portion of the Work regardless of the time of completion of the Work, providing it does not interfere with the Contractor's work. Such possession or use of the Work shall not be construed as final acceptance of the project or any portion thereof. 1.5 SUBMITTALS rNoT USED] 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITT ALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD rsITEJ CONDITIONS rNoT USED] 1.12 WARRANTY [NOT USED] PART 2 -PRODUCTS [NOT USED] PART 3 -EXECUTION [NOT USED] END OF SECTION Rev ision Log DATE NAME CITY OF F ORT WORTH STANDARD CO NS TRUC TI ON SPEC IFI CATION DO CU M ENT Rev ised 12/20/201 2 SUMMARY OF CHANGE Village Creek WRF. Digester Mixing. Flare and Dome Improvements Citv Proiect No. 102652 PART 1 -GENERAL 1.01 SUMMARY SECTION 0114 00 COORDINATION WITH OWNER'S OPERATIONS A. Section Includes: 1. Requirements for coordinating with Owner's operations during the Work and included requirements for tie-ins and shutdowns necessary to complete the Work without impact on Owner's operations except as allowed in this Section . 2 . Contractor shall provide labor, materials , too ls , equipment and incidentals shown , specified and required to coordinate with Owner's operations during the Work. B. General Requirements : 1. Except for shutdowns specified in this Section , perform the Work such that Owner's facil ity remains in continuous satisfactory operation during the Project. Schedule and conduct the Work such that the Work does not: impede Owner's production or processes , create potential hazards to operating equ ipment and personnel , reduce the quality of the facility 's products or effluent, or cause odors or other nuisances. a . Shutdowns shall not be longer than required to perform the Work. Contractor shall take reasonable measures to minimize duration of shutdown. Contractor shall coordinate material deliveries and labor to ensure digesters are out of service for as short a time period as reasonable. Refer to Section §1 .04 for Submitta l requirements to demonstrate digester shutdowns will not be longer than required to perform the work. 2. Work not specifically covered in this Section or in referenced Sections may , in general , be completed at any time du r ing regular work ing hours in accordance with the General Conditions and Supplementary Conditions , subject to the requirements in this Section . 3. Contractor has the option of providing additional temporary facilities that can eliminate or mitigate a constraint without additional cost to Owner, provided such additional temporary facilities : do not present hazards to the public, personnel , structures , and equipment; that such add itional temporary facilities do not adversely affect Owner's ability to comply with Laws and Regulations, permits, and operating requirements ; that such temporary facilities do not generate or foster the CONFORMED , 12/01 /2022 FWW VI LLAGE CREEK WRF , D IGEST E R MIX ING , FLARE , DOME IMPROVEMENTS CI TY PROJECT NO . 102652 01 14 00 -1 COORDINATION WITH OWNER'S OPERATIONS generation of odors and other nuisances ; and that requirements of the Contract Documents are fulfilled . 4 . Coordinate shutdowns with Owner and Engineer. When possible , combine multiple tie-ins into a single shutdown to minimize impacts on Owner's operations and processes. 5 . Do not shut off or disconnect existing operating systems , unless accepted by Engineer in writing . Operation of existing equipment will be by Owner unless otherwise specified or indicated. Where necessary for the Work, Contractor shall seal or bulkhead Owner-operated gates and valves to prevent leakage that may affect the Work , Owner's operations , or both . Provide temporary watertight plugs , bulkheads , and line stops as required. After completing the Work, remove seals , plugs , bulkhead , and line stops to satisfaction of Engineer. 6 . Liquidated damages apply to the Interim Milestones listed herein . Refer to the Section 00 52 43 Agreement for details. C. Continuous Treatment Provision : 1. Federal regulations prohibit bypassing of untreated or partially treated wastewater or sewage during construction Work. 2 . Contractor shall provide labor, equipment , materials , and incidentals to provide continuous treatment to the level prior to construction Work . 3. Contractor shall be responsible for provid ing temporary pumping facilities , systems , piping , valve , appurtenances , equipment, mate rials , and temporary utilities necessary to complete the Work without treatment bypassing . D. Related Sections: 1. Section 01 11 00 -Summary of Work 2. Section 01 25 00 -Substitution Procedures 1.02 REFERENCES A. Defin itions: A "shutdown " is when a portion of the normal operation of Owner's facility, whether equipment, systems, pip ing , or conduit , has to be temporarily suspended or taken out of service to perform the Work . 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination: CONFORMED , 12/0 1/2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 011 4 00 -2 COORD INATION WITH OWNER 'S OPERATIONS 1. Review installation procedures under other Specification sections and coordinate Work that must be performed with or before the Work specified in this Section . 2 . Notify other contractors in advance of Work requiring coordination with Owner's operations , to provide other contractors sufficient time for work included in their contracts that must be installed with or before Work specified in this Sect ion . 3. When possible , combine multiple tie-ins into a single shutdown to minimize impacts on Owner's operations and processes. B. Pre-Shutdown Meetings : Contractor shall schedule and conduct meeting with Owner and Engineer prior to scheduling shutdown C. Sequencing: 1. Perform the Work in the specified sequence. Certain phases or stages of the Work may require working 24-hour days or work during hours outside of regular working hours . Work may be accelerated from a later stage to an earlier stage if Owner's operations are not adversely affected by proposed sequence change, with Engineer's acceptance . Stages specified in this Section are sequential in performance of the Work . D. Scheduling : 1. Work that may interrupt normal operations shall be accomplished at times convenient to Owner. 2. Furnish at the Site , in close proximity to the shutdown and tie-in work areas , tools , equipment, spare parts and materials , both temporary and permanent , necessary to successfully complete the shutdown . Complete to the extent possible , prefabr ication of piping and other assemblies pr ior to the associated shutdown Demonstrate to Engineer's satisfaction that Contractor has complied with these requirements before commencing the shutdown. 3. If Contractor's operations cause an unscheduled interruption of Owner's operations, immediately re -establish satisfactory operation for Owner. 4. Unscheduled shutdowns or interruptions of continued safe and satisfactory operation of Owner's facilities that result in fines or penalties by authorities having jurisdiction shall be paid solely by Contractor if, in Engineer's opinion , Contractor did not conform to the requirements of the Contract Documents , or was negligent in the Work , or did not exercise proper precautions in conducting the Work . 5. Work requiring service interruptions for tie -ins shall be performed during scheduled shutdowns . CONFOR MED , 12/01 /2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 14 00 -3 COORDINATION W ITH OWNER 'S OPERATIONS 6. Temporary , short-term shutdowns of smaller piping , conduits , equipment, and systems may be required . Coordinate requirements for such shutdowns with Engineer and Owner. 1.04 SUBMITTALS A. Action/Informational Submittals: 1. Substitute Sequence Submittal : When deviation from specified sequence is proposed, provide submittal explaining in detail the proposed sequence change and its effects, including evidence that Owner's operations will not be adversely affected by proposed change . List benefits of proposed sequence change, including benefits to Progress Schedule . Submit in accordance with Section 01 25 00 -Substitution Procedures. 2 . Shutdown Planning Submittal : a. For each shutdown, submit an inventory of labor and materials required to perform the shutdown and tie-in tasks, proposed shutdown start date, an estimate of time required to accomplish the complete shutdown including time for Owner to take down and start up existing equipment, systems, or conduits, and written description of steps required to complete the Work associated with the shutdown. 1) Digester Shutdown Submittals: Digester availability for service is critical to plant operations . Duration of digester outages shall be minimized to the extent feasible in order to mitigate impact on plant operations. For each digester shutdown submittal to be approved , the Contractor shall demonstrate the Contractor is prepared to perform the work , the shutdown will not last longer than required to perform the work, and the digester will not be out of service when work is not being performed. The submitted schedule of work for the shutdown shall demonstrate a reasonable duration. b . Furnish submittal to Engineer and Owner for review/approval at least thirty (30) days prior to proposed shutdown start date; furnish and notify at least sixty (60) days prior for digester shutdowns. Do not start shutdown until obtaining Engineer's and Owner's acceptance of shutdown planning submittal. 3 . Shutdown Notification: After acceptance of shutdown planning submittal and prior to starting the shutdown, provide written notification to Owner and Engineer of date FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 01 14 00 -4 COORDINATION WITH OWNER 'S OPERATIONS and time each shutdown is to start. Provide notification at least 72 hours in advance of each shutdown . 1.05 SITE CONDITIONS A. General Constraints : Specified in the Contract Documents are the sequence and shutdown durations , where applicable , for Owner's equipment, systems , and conduits that are to be taken out of service temporarily for the Work . New equipment, materials, and systems may be used by Owner after the specified field quality controls and testing are successfully completed and the materials or equipment are Substantially Complete . B . The following constraints apply to coordination with Owner's operations : 1. Operational Access: Owner's personnel shall have access to equipment and areas that remain in operation. 2. Schedule and perform equipment and system start-ups for Monday through Thursday. Equipment and systems shall not be placed into operation on Friday, Saturday , and Sunday without prior approval of Owner. 3. Dead End Valves or Pipe : Provide blind flanges , watertight bulkheads , or valves at temporary and permanent terminuses of pipes and conduits. Blind flanges and bulkheads shall be suitable for the service and braced and blocked , as required, or otherwise restrained as directed by Engineer. Temporary valves shall be suitable for their associated service. Where valve is provided at permanent terminus of pipe or conduit , also provide on downstream side of valve a blind flange with drain/flushing connection. 4. Owner will assist Contractor in dewatering process tanks , basins, conduits , and other work areas to be dewatered for shutdowns, except as required in Section 02 56 13 -Digester Cleaning. Maintain clean and dry work area by pumping and properly disposing of fluid that accumulates in work areas . 5. Digesters may not be removed from service until Contractor is ready to drain and clean the digester. Digesters may not be left full of solids for extended periods of time with digester ancillary equipment (mixing , heating , pumping , etc.) out of service . 6 . Power to digester ancillary equipment (mixing , pumping , etc .) shall not be disconnected until the digester is drained below the side manway. Digester mixing and pumping are required during this drawdown. 7. Draining and Cleaning of Conduits , Digesters , Tanks , and Basins: Refer to Section 02 56 13 - Digester Cleaning for detailed requirements for digester cleaning. Contractor shall coordinate with Owner at least sixty (60) days in advance FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 01 14 00 -5 COORDINATION WITH OWNER 'S OPERATIONS regarding draw down of digesters at beginning of each shutdown . Draining and cleaning conducted by Contractor shall be as specified in and below unless specified in Section 02 56 13 -Digester Cleaning: a. Contractor shall remove liquids and solids , dewater, and dispose of residuals offsite at Contractors cost. Filtrate from dewatering shall be disposed per Section 02 56 13 -Digester Cleaning . b . Contents of pipes, tanks , basins, and conduits (excluding digesters) undergoing modifications shall be transferred to existing process tanks or conduits at the Site with capacity sufficient to accept such discharges, using hoses, piping , pumps, or other means provided by Contractor. Discharge of fluids across floors is not allowed . c. If drainage point is not available on the piping or conduit to be drained, provide a wet tap using tapping saddle and valve or other method approved by Engineer. Uncontrolled spillage of pipe's or conduit's contents is not allowed . d . Spillage shall be brought to Engineer's attention immediately, both verbally and in writing, and reported in accordance with Laws and Regulations. Contractor shall wash down spillage to floor drains or sumps and flush the system to prevent clogging and odors. If spillage is not suitable for discharge to the drainage system, such as chemical spills, as determined by Engineer, Contractor shall remove spillage by other method, such as vactor truck, acceptable to Engineer. 8 . Electrical , Control, Communication, and Monitoring Systems : a . Medium Voltage A & B circuits (SFA 1 & SFB 1) will not be allowed to be deenergized at the same time. Medium Voltage Feeders A & B (SFA1 & SFB 1) are present in the same manholes and both require work in this Contract. Coordinate with Owner for transfer of affected loads at Digester Control Building No. 2 (SS34 and SS35) and Gas Compressor Building (SS67 and SS68) before de-energizing any medium voltage circuits . b. Owner's existing SCADA system and fiber optic network shall remain functional , subject to the constraints herein. c . Outage of any plant RTU for modification or replacement shall not exceed one week. See the following for additional requirements: CONFORMED , 12/01 /2022 a) Section 40 61 00 -Instrumentation and Controls -General Provisions FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 14 00 -6 COORDINATION WITH OWNER 'S OPERATIONS b) Section 40 61 21 -Process Control System Testing c) Section 40 95 15 -Input-Output List d) 1/0 List drawings in the Instrumentation drawings 1.06 INTERIM MILESTONES A. Milestone 1 -Digester Gas Flares , Condensate Vault, and 30" Low Pressure Digester Gas (LOG) 1. Includes all work shown on the 300 series drawings and related work on other drawings in order to furnish and commission , fully operational , the digester gas flare system including but not limited to two new d igester gas flares , condensate vault, 30 " LOG , tie-in to existing LOG yard piping, related electrical , structural , and civil work. Includes replacement of dual pressure/vacuum relief valve and flame trap assemblies at Digester Nos . 1-14 excluding safety selector valves . B . Milestone 2 -H2S Removal System and Refrigerative Digester Gas Dryers 1. Includes all work shown on the 400 series drawings and related work on other drawings in order to furn ish and commission , fully operational , the H2S Removal System and Refrigerative Digester Gas Dryers including but not limited to three new H2S removal vessels , H2S analyzer in Digester Gas Compressor Building , related piping , t ie-in to existing 24 " LOG piping in Digester Gas Compressor Building , Packaged Water Chillers, condensate drainage wet well improvements, RTU47 improvements , related electrica l, i nstrumentation , structural , and civil work. 1.07 SUGGESTED WORK SEQUENCES A. Perform the Work in the specified sequences or as otherwise approved by Engineer. Certain phases or stages of the Work may require working 24-hour days or work during hours outside of regular working hours . Work may be accelerated from a later stage to an earlier stage if Owner's operations are not adversely affected by proposed sequence change, and with Engineer's acceptance. B. Work consists of four major areas : 1) Digester Gas Flare System, 2) Digester Gas H2S Removal System , 3) Refrigerative Gas Dryer System , and 4) Digester Mixing , Dome Rehab, Digester Control Building No. 1 Rehab . Unless specifically stated otherwise , work in these areas may be performed independently of each other; however, below is a suggested work sequence within each area : 1. Digester Gas Flare System Improvements: CON FORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 14 00-7 COORD INATION WITH OWNER'S OPERATIONS a . Construct Digester Gas Flare Nos. 4-5, condensate vault , 30 " LOG pipeline, and Digester Gas Compressor Building condensate sump fill system . b . Install new pressure/ vacuum relief valves and flame arrestors on existing 3- way plug valves at all digesters . Reducer fittings will be required at some digesters. c. With the above facilities in place , tie-in 30" LOG to existing gas collection system . 2. H2S Removal System : a. Construct H2S Removal system and piping. b . Install new pressure/ vacuum relief valves and flame arrestors on existing 3- way plug valves at all digesters . Reducer fittings will be required at some digesters . c . With the above facilities in place , tie-in H2S Removal System to 24" LOG in Digester Gas Compressor Building. 3 . Refrigerative Gas Dryer System: a . Relocate air handler in Digester Gas Compressor Building Electrical Room. b . Install and startup first refrigerative gas dryer. c . Install and startup second refrigerative gas dryer. 4 . Digester Nos. 1-6 and Digester Control Building No. 1 Improvements : a . Install temporary power to all required electrical loads as noted on Electrical Drawings for either 2 or 4 digesters out of service at a time. b . Digester Nos. 1-4 will be removed from service for repairs and pumped mixing work before Digester Nos. 5-6 in order to allow secondary conductors from transformers PA? and PA8 to be run to Digester Control Building No. 1. c. For 2 digesters out of service at a time: 1) CONFORMED , 12/0 1/2022 Of Digester Nos. 1-4, the first two digesters returned to service will have all associated loads including mixing pumps started up on temporary power before the other two digesters are removed from service . Secondary conductors may then be routed past Digester Nos . 1-4 . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 14 00 -8 COORDINATION WITH OWNER 'S OPERATIONS 1.08 TIE-INS A. Table 01 14 00-A in this Section lists the major connections by Contractor to existing facilities . Table 01 14 00-A may not include all tie-ins required for the Work ; Contractor shall perform tie-ins required to complete the Work. For tie-ins not included in Table 01 14 00-A, obtain requirements for tie-ins from Engineer and Owner. 1.09 SHUTDOWNS A. General: 1. Work that may interrupt normal operations shall be accomplished at times convenient to Owner. 2 . Furnish at the Site , in close proximity to the shutdown and tie-in work areas , tools , equipment, spare parts and materials, both temporary and permanent , necessary to successfully complete the shutdown. Complete to the extent possible , prefabrication of piping and other assemblies prior to the associated shutdown . Demonstrate to Engineer's satisfaction that Contractor has complied with these requirements before commencing the shutdown . 3. If Contractor's operations cause an unscheduled interruption of Owner's operations, immediately re-establish satisfactory operation for Owner. 4. Unscheduled shutdowns or interruptions of continued safe and satisfactory operation of Owner's facil ities that result in fines or penalties by authorities having jurisdiction shall be paid solely by Contractor if, in Engineer's opinion , Contractor did not conform to the requirements of the Contract Documents , or was negligent in the Work , or did not exercise proper precautions in conduct ing the Work. 5. Shutdowns shall be in accordance with Table 01 14 00-B of this Section . Work requiring service interruptions for tie -ins shall be performed during scheduled shutdowns . 6. Temporary , short-term shutdowns of smaller piping , conduits , equipment, and systems may not be included in Table 01 14 00-B. Coordinate requirements for such shutdowns with Engineer and Owner. B. Treatment Process Shutdown and Site Access Constraints: 1. Owner has the option of allowing either two or four digesters to be out of service at a time depending on plant performance . Decision between 2 or 4 digesters out of serv ice will be made after Notice to Proceed and to be coordinated with the CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 0114 00 -9 COORDINAT ION W ITH OWNER 'S OPERATIONS Contractor. Owner shall have the following unit processes and equipment operational at all times during the Project, unless specified herein: a . Twelve (12) Anaerobic Digesters In Service (Two (2) Out of Service at a Time): 1) Only one digester may be returned to service at a time . When returning a digester to service , digester shall achieve stable operation as determined by Owner prior to being considered in service. This is anticipated to be approximately 4 weeks from returning digester back to operation. Once stable operation is achieved, Contractor shall be allowed to take the next digester out of service . 2) Owner may elect to refill the digesters by removing a third digester from service to transfer contents . Contractor shall not demolish any equipment or material required to operate the third digester until only one other digester is out of service. If Owner elects to remove a third digester, Contractor may commence digester cleaning and insulation removal while the other digester . b. Ten (10) Anaerobic Digesters in Service (Four (4) Out of Service at a Time): 1) If and only if Owner elects to allow 4 digesters out of service at a time per the corresponding bid list item, then the following requirements and allowances will apply . 2) Contractor may only remove more than 2 digesters from service during work at Digester Nos . 1 - 4 and Digester Control Building No. 1. Contractor is not allowed to take more than two digesters out of service at a time as described above during work at Digester Nos . 5 - 8. 3) Only one digester may be returned to service at a time . When re t urning a digester to service , digester shall ach ieve stable operation as determined by Owner prior to being considered in service. This is anticipated to be approximately 4 weeks from returning digester back to operation . Once stable operation is achieved , Contractor shall be allowed to take the next digester out of service . c. Refrigerative Gas Dryers : 1) One refrigerative gas dryer shall rema in in service at all times. d. Digester Gas Flares: CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS C ITY PROJECT NO . 102652 01 14 00 -10 COORDINATION WITH OWNER'S OPERATIONS 1) Either the existing Digester Gas Flares Nos. 1-3 or the new Digester Gas Flares Nos . 4-5 shall be in-service at all times . 2 . Owner shall have roadway access at all times , except during O.C. Allen Street obstruction for installation of 30" LOG to Flare Nos. 4 & 5. Digester Cleaning operations shall not obstruct roadways other than O .C . Allen Street and shall leave one lane unobstructed at O.C . Allen Street at all times. C. Shutdowns of Electrical Systems: Comply with Laws and Regulations , including the National Electric Code. Contractor shall lock out and tag circuit breakers and switches operated by Owner and shall verify that affected cables and wires are de-energized to ground potential before shutdown Work is started . Upon completion of shutdown Work , remove the locks and tags and notify Engineer that facilities are available for use. D. Shutdowns of Communications , DCS , and Networking : 1. All DCS outage at Digester Control Building No. 1 must occur during the Digester Control Building No. 1 shutdown. a. RTU-07 outage regarding facilities other than Digester Nos. 1-2 shall be no longer than 1 week in duration. PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.01 GENERAL A. Refer to Table 01 14 00-B in this Section for schedule of process equipment and service lines out-of-service during shutdown , schedule of process equipment in operation during shutdown , for tie-ins required during each shutdown , and for duration of each shutdown . B. Refer to Table 01 14 00-B in this Section for. Refer to Table 01 14 00-A in this Section for detailed tie-in schedule . 3.02 DETAILED SHUTDOWN REQUIREMENTS: A. Prior to Typical Shutdown : 1. Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. 2. Submittal and approval of all shop drawings required. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 14 00 -11 COORDINAT ION WITH OWNER 'S OPERATIONS 3 . Coordinate with plant operations on timing of shutdown and provide required notice to Owner. 4. Bring necessary piping, couplings, valves, equipment, and appurtenances to the work areas . 5 . Assist Owner in preparing to take equipment, digesters, tanks, basins, and conduits temporarily out of service. 6 . Coordinate other tie-ins to be performed simultaneously. 7. Install and ensure functionality of temporary systems as applicable. B. During Typical Shutdown: 1. Owner will dewater tanks and basins. Digester dewatering is described in detail elsewhere. 2. Remove existing equipment, piping , and accessories as required. 3. Verify operation of new equipment, materials, and systems. 4. Following approval from Engineer, return equipment and system to operation with Owner. C . Following Typical Shutdown: 1. Verify functionality of equipment and system. 2. Verify operation of new equipment and systems , and verify that joints in piping are watertight or gastight as applicable. 3 . Repair joints that are not watertight or gastight as applicable. 4. Remove temporary systems as applicable . 3.03 PROPOSED SHUTDOWNS Shutdown numbering is not sequential unless stated in Section 1.06 or below. A. Shutdown No. 1 Description: 30 " LOG Tie-In to Two Existing 14" LOG Pipelines 1. General : a . Impact on Other Equipment and Processes: Shutdown gas flaring from dig esters CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 14 00 -12 COORDINATION WITH OWNER'S OPERATIONS b. Location : O.C . Allen Street c . Owner access to Site roadways: O.C. Allen Street not accessible during 30 " LOG installation 2 . Prior to Shutdown : a. Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal , including safety plan for maintaining safe working conditions with potential presence of combustible d igester gas. b . Replace pressure relief/ vacuum breaker/ flame arrestor assemblies on all digester domes as shown on the Drawings and place in temporary service on existing 3-way valves . Provide adapters as required to connect to existing 3-way valves in order to avoid taking digesters out of service. c. Install 30 " LOG complete , condensate vault, and Flare Nos. 4 & 5 . d. Confirm operation and seal of existing digester gas valves at each digester (all 14 digesters) required for stopping digester gas flow to work area. 3 . During Shutdown: a . Close digester gas valves on each digester (all 14 digesters) and blend tank to isolation tie-in location . b . Perform required safety precautions , purging , ventilation and other activities required for maintaining safe working conditions with potential for presence of combustible digester gas . Temporary plugs and other means of stopping gas flow to work area shall be installed . c . Perform tie-ins shown on Table 01 14 00-8. 4. Following shutdown : a. Open digester gas valve on each digester and blend tank . b. Confirm no leakage at tie-in location . c . Confirm operation and no leakage of new LOG valves. d . Complete installation and backfill of 30 " LOG pipeline. B . Shutdown No. 2 and 3 Description: Refrigerative Gas Dryer 1. General : CONFORMED , 12/0 1/2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 01 14 00 -13 COORDINATION WITH OWNER 'S OPERATIONS a. Location: Digester Gas Compressor Building b. This description is typical for two shutdowns, respectively of Refrigerative Gas Dryer No . 1, and of Refrigerative Gas Dryer No. 2 . c . At least one new or existing dryer must be available at all times other than the Digester Gas Compressor shutdown for H2S Removal System Tie-In . 2 . Prior to Shutdown : a. Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. Obtain Owner's selection of which existing digester gas dryer to replace first. b . Assist Owner in preparing to take equipment and conduits temporarily out of service . c . Confirm operation of isolation valves for gas dryer system to be removed from service . Install additional blind flanges and/or plates to stop any gas leakage past existing isolation valves . 3. During Shutdown : a . Close isolation valves. b. Demol ish Refrigerative Gas Dryer c. Install replacement Refrigerative Gas Dryer skid and all connecting piping and conduit. d. Verify functionality of equipment and system . 4 . Following shutdown : a. Open isolation valves . b. Commission Refrigerative Gas Dryer. C. Shutdown No . 4 Description : H2S Removal System Tie-In 1. General : a . Impact on Other Equipment and Processes: Digester gas compressors and dryer systems will be offl ine. Digester Gas Flare Nos. 1-3 shall remain in service. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 0 1 14 00 -1 4 COORDINATION WITH OWNER 'S OPERATIONS b. Location : Digester Gas Compressor Building c . Owner access to Site roadways : shall not be impeded . d. Contractor shall ensure all work requiring digester gas system outage at the Digester Gas Compressor Building is performed in a single shutdown. Includes but is not limited to all digester gas and i nstrument relocations and service water tie ins. 2 . Prior to Shutdown : a . Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. b. All piping , valves, couplings, hardware and tools required for shutdown shall be onsite. c . Assist Owner in preparing to take equipment temporarily out of service. d . If Flare Nos. 4 & 5 are fully commissioned prior to shutdown, then digester gas supply to the Digester Gas Compressor can be shut off at the building entrance and operation of Flare Nos . 1-3 would not be required during shutdown . 3. During Shutdown: a . Test 24-inch butterfly valve on 24-inch LOG upstream of tie-in location. If valve leaks , obtain Owner's decision whether to replace. If valve leaks , provide any blanking plates / blind flanges required to proceed with the work. b . Demolish existing 24-inch digester gas piping and install new 24-inch d igester gas piping including isolation valves. c. RTU-47 replacement shall be performed during the shutdown for H2S Removal Tie-in. d . MCC-GCA shutdown for pulling new feeders shall be performed to the greatest extent possible during the H2S Removal Shutdown . Feeders for at least one refrigerative gas dryer and chiller system shall be connected during th is shutdown. e . Perform tie-ins shown on Table 01 14 00-B . 4 . Following shutdown: a . Confirm no leaks in tie-in piping . CONFORMED , 12/01 /2022 FVI/W VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 14 00 -15 COORDINATION WITH OWNER'S OPERATIONS b . Test and confirm no leakage with new digester gas isolation valves . c. Replace 24-inch BFV on LOG pipe !f Owner chooses replacement. Coordinate timing of valve replacement with Owner. D. Shutdown Nos . 5, 6, 7, 8 Description : Digester Shutdowns 1. General: a. Except where otherwise noted , this description is typical for shutdowns of Digeste r Nos. 1-8. b. Impact on Other Equipment and Processes: Digester ancillary equipment offiine (digester heating , pumping , mixing , etc.) c. Location: Digester Nos . 1-8 d . Owner access to Site roadways : shall not be impeded . e. Contractor shall coordinate and ensure all work requiring digester outage is performed in a single shutdown per digester. f . Scope of work varies by digester. Refer to the contract drawings and spec ifications for the relevant scope for each digester. 2 . Prior to Shutdown : a. Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. b. Assist Owner in preparing to take equipment, digesters , tanks , basins , and conduits temporarily out of service . c . Coordinate with Owner any digester drawdown to be performed by Owner at Owner's option . d . Coordinate facilities for digester cleaning per Section 02 56 13 Digester Cleaning. 3. During Shutdown (scope varies by digester): a. Clean out digesters and dispose of residuals as specified in Section 02 56 13 Digester Cleaning. CONFORMED , 12/01 /2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 14 00 -16 COORDINATION WITH OWNER 'S OPERATIONS b . Demolish digester gas mixing systems for the relevant digesters including mixing compressors and associated piping , conduit and electrical panels as shown in the Drawings. c. Remove digester dome insulation , then perform all structural repairs at top of digester, including dome repairs and overflow hopper repairs, where required . d. Install all new process , electrical , gas safety, personnel safety equipment on digester domes and at overflow vaults. Re-install 6" pressure relief valve/flame arrestor assemblies with safety selector valves . Install new pumped mixing systems where specified. e. Digester Dome leak test and gas safety valve testing: After all digester dome repairs , modifications , demolition , and new perimeter seal installation , and prior to new dome insulation installation , leak test domes at Digester Nos. 1- 8. New pressure relief valve / flame arrestor assemblies and new emergency relief manholes shall all be in service prior to leak test. Contractor shall provide all fans/blowers , ductwork, adaptors , electrical , and other appurtenances to complete the leak test and gas safety valve test. Contractor shall furnish calibrated pressure gauges and adapters to verify pressure inside the dome during testing. 1) Leak test shall be conducted with air at 1" w.c. less than pressure relief valve setpoint indicated on the Contract Drawings. Contractor shall soap spray leak test the following : 2) a) Full length and perimeter of all dome field welding due to repairs , modifications , and demolition . b) All pipe connections , flanges , manway covers , and other joints . c) Full length of replaced dome perimeter seal. d) All leaks shall be repaired and leak test repeated unti l no leaks are found. e) Contractor shall clean up all soap spray . Gas safety valve testing shall demonstrate pressure relief venting at the specified setpoints . valve f . New dome insulation and interior/exterior coatings as specified elsewhere shall be applied after other work in the area is completed in order to ensure CONFORMED , 12/01/2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENT S CITY PROJECT NO. 102 652 01 14 00 -17 COORDINATION WITH OWNER 'S OPERATIONS Contractor foot traffic does not damage insulation and to ensure miscellaneous welding does not damage dome interior coatings . g . Perform tie-ins shown on Table 01 14 00-B. h. Verify functionality of equipment and system . 4. Following shutdown : a. Commission digester mixing systems, where required. b. After each digester is returned to service, Owner may require two weeks of operation on digesters before the next digesters are removed from service. Owner may require four weeks when more than one digester has been out of service . E. Shutdown No. 9 Description : Digester Control Building No. 1 1. General : a. Impact on Other Equipment and Processes: existing power feeds to Digester Nos. 1-6 offline. b. Location: Digester Control Building No. 1 c . Owner access to Site roadways : shall not be impeded. d. Contractor shall coordinate and ensure all work requiring Digester Control Building No. 1 outage is performed in a single shutdown. 2 . Prior to Shutdown : a . Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. b. Coordinate with concurrent digester shutdowns. c . Transformers, medium voltage switches, MCCs, and VFDs to be installed during the shutdown shall be received by the Contractor. d . Provide temporarily electrical facilities where required on the Drawings prior to removing electrical gear from service . 1) CONFORMED , 12/01/2022 All equipment to be powered on temporary facilities shall be out of service for no longer than 2 hours during transfer to and from permanent and temporary electrical facilities . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 0114 00-18 COORDINATION WITH OWNER 'S OPERATIONS 2) Redundant gas mixing compressors are available. Digester gas mixing shall not be interrupted during transfer between permanent and temporary electrical facilities. 3. During Shutdown : a . Demolish existing electrical facilities as required at Digester Control Building No. 1 and at Digester Nos . 1-6 . b. Install all equipment as required at Digester Control Building No. 1 including associated plant electrical distribution system upgrades and electrical work at Digester Nos. 1-6. c. Perform tie-ins shown on Table 01 14 00-B . d. Verify functionality of equipment and system . 4 . Following shutdown: a . Commission Digester Control Building No. 1 systems. b. Remove all temporary electrical facilities when no longer needed . F. Shutdown No. 10 Description: MCC-GCA Shutdown 1. General: a. Impact on Other Equipment and Processes: Shutdown of Digester Gas Compressors and Refrigerative Gas Dryers b. Location: Digester Gas Compressor Building c . Owner access to Site roadways: shall not be impeded. d . This is a second shutdown of MCC-GCA in addition to shutdown during H2S Tie-in . 2 . Prior to Shutdown: a . Obtain Engineer's acceptance of proposed shutdown planning submittal and shutdown notification submittal. b. Ensure Flares Nos . 1-3 and/or Flare Nos. 4 & 5 are available for service during shutdown . c . Deliver all required materials to the jobsite . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/01/2022 01 14 00 -19 COORDINATION WITH OWNER 'S OPERATIONS 3. During Shutdown: a. Perform all connections to MCC-GCA requiring shutdown, except those to be performed during the shutdown for H2S Removal Tie-In . 4 . Following shutdown: a . Restore electrical service. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 0114 00 -20 COORDINATION WITH OWNER'S OPERATIONS Tie-In New Line No. Size and Service 1 14"/30 " LOG 2 14"/30 " LOG 3 4 " SW to Chillers 24 " LOG to H2S 4 Removal CONFORMED , 12/01/2022 Table 01 14 00-A Schedule of Tie-Ins Existing (Connecting) Line Size & Service 14" LOG to Oigesters 1-6 14" LOG to Oigesters 7-14 6" SW after duplex strainer 24 " LOG to Compressors Tie-In Building/Location O .C . Allen Street, north of Solids Blend Tank O .C . Allen Street, north of Solids Blend Tank Digester Gas Compressor Building Digester Gas Compressor Building Remarks Oigesters 7-14 isolated from gas collect ion system Digesters 1-6 isolated from gas collect ion system Cooling water supply to Chillers Confirm operation of existing 24" isolation valve and replace as required FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 0 1 14 00 -21 COORDINATION WITH OWNER'S OPERATIONS Shutdown No. 1 2 ,3 4 5 6 7 8 9 10 Table 01 14 00-B Schedule of Shutdowns Process Equipment and Service Lines Process Equipment Out-of-Service During Shutdown In Operation During Shutdown Gas Collection System Digester Nos. 1-14 New from Digester Nos. 1-14 Digester Gas Pressure Relief Valves Refrigerative Gas Dryer No . 1 or 2 Refrigerative Gas Dryer No. 2 or 1 Digester Gas Compressors and Dryers Flares Nos . 1-3 and/or Flare Nos . 4 & 5 First two digesters out of service from Remaining digesters and D igester Nos. 1-4 associated systems including Sludqe Well No. 1 Last two digesters out of service from Remaining digesters and associated systems including D igester Nos . 1-4 Sludqe Well No. 1 Remaining digesters and Digester Nos . 5 & 6 associated systems including Sludqe Well No. 1 D igester Nos . 7-8 Remaining digesters and associated systems D igester Control Bu ilding No. 1 Temporary Electrical MCC-GCA Flares Nos. 1-3 and/or Flare Nos . 4 & 5 END OF SECTION Tie-In Nos. Maximum Duration 1, 2 48 hours 30 days each 3 ,4 48 hours 5 months 7 months 4 months 3 months As required for Digester Shutdowns 4 hours FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/01/2022 0114 00 -22 COORDINATION WITH OWNER 'S OPERATIONS SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PARTl-GENERAL 4 I.I SUMMARY 5 A. Section Includes: 01 25 00 - I SU BSTITUTION PROCEDUR E S Page I of7 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to l or more of the following : 9 a . Name of manufacturer 10 b . Name of vendor 11 c . Trade name 12 d. Catalog number 13 2 . Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. Modified 1.2A.1 16 2 . Added l .2A.2 17 C. Related Specification Sections include , but are not necessarily limited to: 18 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract 19 2. Division 1 -General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Unit Priee Work associated with this Item is considered subsidiary to the various 23 items bid. No separate payment will be allowed for this Item . 24 2. Lump Sum Priee Werle essaeieted with this Item is ineluded in the tatel lump 25 sum priee. 2 6 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Request for Substitution -General 29 1. Within 30 days after award of Contract (unless noted otherwise), the City will 30 consider formal requests from Contractor for substitution of products in place of 31 those specified. 32 2. Certain types of equipment and kinds of material are described in Specifications by 33 means of references to names of manufacturers and vendors , trade names , or 34 catalog numbers. 35 a. When this method of specifying is used , it is not intended to exclude from 36 consideration other products bearing other manufacturer's or vendor's names , 37 trade name s, or catalog numbers , provided said products are "or-equals ," as 38 determined by City . CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvement.~ Pha se .I ST AND ARD CONSTRUCTION SPECTFI CA TION DOCUM ENT City Proiect No . .I 02652 Revised July I , 20 I I 01 25 00 -2 SUBSTITUTION PROCEDURES Page 2 of7 I 2 3 4 5 6 3 . Other types of equipment and kinds of material may be acceptable substitutions under the following conditions : a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b . Contractor proposes a cost and/or time reduction incentive to the City . 7 1.5 SUBMITT ALS 8 A. See Request for Substitution Form (attached) 9 B . Procedure for Requesting Substitution 10 1. Substitution shall be considered only: 11 a. After award of Contract 12 b. Under the conditions stated herein 13 2. Submit 3 copies of each written request for substitution, including : 14 a . Documentation 15 1) Complete data substantiating compliance of proposed substitution with 16 Contract Documents 17 2) Data relating to changes in construction schedule , when a reduction is 18 proposed 19 3) Data relating to changes in cost 20 b. For products 21 1) Product identification 22 a) Manufacturer's name 23 b) Telephone number and representative contact name 24 c) Specification Section or Drawing reference of originally specified 25 product, including discrete name or tag number assigned to original 26 product in the Contract Documents 27 2) Manufacturer's literature clearly marked to show compliance of proposed 28 product with Contract Documents 29 3) Itemized comparison of original and proposed product addressing product 30 characteristics including , but not necessarily limited to: 31 a) Size 32 b) Composition or materials of construction 33 c) Weight 34 d) Electrical or mechanical requirements 35 4) Product experience 36 a) Location of past projects utilizing product 37 b) Name and telephone number of persons associated with referenced 38 projects knowledgeable concerning proposed product 39 c) Available field data and reports associated with proposed product 40 5) Samples 41 a) Provide at request of City. 42 b) Samples become the property of the City . 43 c. For construction methods : 44 1) Detailed description of proposed method 45 2) Illustration drawings 46 C . Approval or Rejection 47 1. Written approval or rejection of substitution given by the City CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvement~ Phase 1 ST ANDA RD CONSTRUCTION SPECIFICA TJON DOCUMENT Citv Proiect No. 102652 R evised July I , 20 I I 01 25 00 -3 SUBSTITUTION PROCE DURE S Page 3 of7 I 2 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3 4 5 6 7 8 9 10 11 12 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4 . No additional contract time will be given for substitution . 5. Substitution will be rejected if: a . Submittal is not through the Contractor with his stamp of approval b . Request is not made in accordance with this Specification Section c . In the City 's opinion, acceptance will require substantial revision of the original design d . In the City 's opinion, substitution will not perform adequately the function consistent with the design intent 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. In making request for substitution or in using an approved product, the Contractor 18 represents that the Contractor: 19 1. Has investigated proposed product, and has determined that it is adequate or 20 superior in all respects to that specified, and that it will perform function for which 21 it is intended 22 2. Will provide same guarantee for substitute item as for product specified 23 3 . Will coordinate installation of accepted substitution into Work, to include building 24 modifications if necessary, making such changes as may be required for Work to be 25 complete in all respects 26 4. Waives all claims for additional costs related to substitution which subsequently 27 arise 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 -PRODUCTS [NOT USED] 32 PART 3 -EXECUTION [NOT USED] 33 END OF SECTION 34 35 CITY OF FORT WORTH Village Creek WRF, Dige.~ter Mixing, Flare and Dome Tmprovements Phase I STANDARD CONSTRUCTION SPECIFICATION DO CUMENT Citv Proiect No. 102652 Revi sed July I, 20 I I 2 DATE NAME Revision Log 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of7 SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvement.~ Phase I ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. I 02652 Revised July I , 20 I I EXIDBIT A REQUEST FOR SUBSTITUTION FORM: 01 25 00 -5 SUBSTITUTION PROCEDURES Page 5 of? 2 3 4 5 TO: _____________________________________ _ PROJECT: _______________ DATE : __________ _ 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: _____________________________ _ 12 Reason for Substitution : _____________________________ _ 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design , including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B . What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 33 34 35 36 37 38 39 40 41 42 43 ___ Equal ___ Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature ____________ _ Recommended Recommended as noted Firm ______________ _ Not recommended __ Received late Address ____________ _ By _________________ _ Date _________________ _ Date ______________ _ Remarks _______________ _ 44 Telephone ____________ _ 45 46 For Use by City: 47 48 49 ___ Approved ___ Rejected City _____________ _ Date _________________ _ CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvement.~ Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No . /02652 Revi sed July I, 2011 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SP ECIFI CATION DOCUM ENT CitvProiect No. 102652 Revi sedJuly 1,2011 PART 1 -GENERAL 1.01 SUMMARY A. Section includes: SECTION 01 29 00 MEASUREMENT AND PAYMENT 01 29 00 MEASUREMENT AND PAYMENT 1. Items listed in the Bid Form constitute all pay items for completing the Work . 2 . Compensation for all services, items, materials , and equipment shall be included in prices stipulated for lump sum and unit price pay items listed in this Section and included in the Contract. 3. Each lump sum and unit bid price shall include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item . 1.02 ENGINEER'S ESTIMATE OF QUANTITIES A. ENGINEER'S and OWNER 's estimated quantities for unit price pay items, as listed in the Bid Form, are approximate only and are included solely for the purpose of comparison of Bids . Owner does not expressly or by implication agree that the nature of the materials encountered below the surface of the ground or the actual quantities of material encountered or required will correspond therewith and reserves the right to increase or decrease any quantity or to eliminate any quantity as Owner may deem necessary. Contractor will not be entitled to any adjustment in a unit bid price as a result of any change in an estimated quantity and agrees to accept the aforesaid unit bid prices as complete and total compensation for any additions caused by changes or alterations in the Work ordered by Owner. 1.03 ADMINISTRATIVE REQUIREMENTS A . Contractor shall include all additional Work items , services , goods , resources, and manpower necessary for installation of the Work to provide a completely functional system in accordance with the Contract Documents . Contractor shall include these costs associated with providing a completely functional system within the listed items on the Bid Form and as specified herein . 1.04 BID ITEMS -NOT USED PART 2 -PRODUCTS -NOT USED CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 012900 -1 MEASUREMENT AND PAYMENT 01 29 00 MEASUREMENT AND PAYMENT PART 3 -EXECUTION -NOT USED CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 012900-2 MEASUREMENT AND PAYMENT 01 31 19 - 1 PRECONSTRUCTION M EETING Page 1 of4 SECTION OJ 31 19 2 PRECONSTRUCTION MEETING 3 PART 1-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2A.1 l O 2. Added 1.2A.2 11 C . Related Specification Sections include, but are not necessarily limited to: 12 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 -General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Priee Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. 18 2. Lump Sum Priee Work ossoeioted with this Item is ineluded in the total lump 19 sum priee. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Attend preconstruction meeting. 24 2. Representatives of Contractor, subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meeting administered by City may be tape recorded. 27 a. If recorded, tapes will be used to prepare minutes and retained by City for 28 future reference. 29 B . Preconstruction Meeting 30 1. A preconstruction meeting will be held within 14 days after the execution of the 31 Agreement and before Work is started. 32 a. The meeting will be scheduled and administered by the City. 33 2. The Project Representative will preside at the meeting, prepare the notes of the 34 meeting and distribute copies of same to all participants who so request by fully 35 completing the attendance form to be circulated at the beginning of the meeting . 36 3. Attendance shall include : 37 a . Project Representative 38 b . Contractor's project manager CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Tmprovements Pha.~e 1 STA NDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revised August 1 7 , 20 12 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 c . Contractor's superintendent 013119-2 PRECONSTRUCTION M EET ING Page 2 of 4 d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4 . Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting . b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting . 5 . Preliminary Agenda may include : a. Introduction of Project Personnel b. General Description of Project c . Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e . Contract Time f. Notice to Proceed g. Construction Staking h . Progress Payments 1. Extra Work and Change Order Procedures J. Field Orders k. Disposal Site Letter for Waste Material I. Insurance Renewals m. Payroll Certification n . Material Certifications and Quality Control Testing o. Public Safety and Convenience p . Documentation of Pre-Construction Conditions q . Weekend Work Notification r . Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x . Early Warning System y . Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg . M/WBE or MBE/SBE procedures hh . Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprovements Phase I STANDARD CONSTRUCTION SP ECIFI C ATION DOCUM ENT Citv Proiect No. 102652 Rev is ed August I 7, 201 2 1.5 SUBMITT ALS [NOT USED] 013119-3 PRECONSTRUCTION MEETING Page 3 of 4 2 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 -PRODUCTS [NOT USED] 10 PART 3 -EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprovement5 Phase 1 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. J 02652 Revised August 17 , 20 I 2 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF, Digester Mixinl!. Flare and Dome Improvements Phase I ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. I 02652 Revi sed August 17 , 20 I 2 SECTION 01 31 20 2 PROJECT MEETINGS 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 01 3 I 20 -I PROJECT MEETINGS Page I of5 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. Modified 1.2A.1 11 2. Added 1.2A.2 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 14 2 . Division 1 -General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Unit Priee Work associated with this Item is considered subsidiary to the various 18 items bid. No separate payment will be allowed for this Item. 19 2. Lump Sum Priee Worl{ ossoeioted with this Item is ineluded in the total lump 20 sum priee. 21 l.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Schedule, attend and administer as specified, periodic progress meetings, and 25 specially called meetings throughout progress of the Work. 26 2. Representatives of Contractor, subcontractors and suppliers attending meetings 27 shall be qualified and authorized to act on behalf of the entity each represents. 28 3. Meetings administered by City may be tape recorded. 29 a . If recorded, tapes will be used to prepare minutes and retained by City for 30 future reference. 31 4. Meetings, in addition to those specified in this Section, may be held when requested 32 by the City, Engineer or Contractor. 33 B . Pre-Construction Neighborhood Meeting 34 I . After the execution of the Agreement, but before construction is allowed to begin, 35 attend 1 Public Meeting with affected residents to: 36 a. Present projected schedule, including construction start date 37 b. Answer any construction related questions 38 2. Meeting Location CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revised July I, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 C. a. Location of meeting to be determined by the City. 3. Attendees a. Contractor b. Project Representative c. Other City representatives 4 . Meeting Schedule 01 31 20 - 2 PROJECT MEETINGS Page 2 of5 a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held . Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d . Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings , prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4 . Attendance shall include: a. Contractor's project manager b . Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication , delivery schedules e . Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h . Progress, schedule, during succeeding Work period 1. Coordination of schedules J. Review submittal schedules k. Maintenance of quality standards I. Pending changes and substitutions m . Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvement.~ Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUM ENT CitvProiect No. /0265:Z Revised July I , 20 I I n. Review Record Documents 2 o. Review monthly pay request 3 p . Review status of Requests for Information 4 6. Meeting Schedule 01 31 20 -3 PROJECT MEETINGS Page 3 of5 5 a. Progress meetings will be held periodically as determined by the Project 6 Representative . 7 1) Additional meetings may be held at the request of the : 8 aj Gty 9 b) Engineer 10 c) Contractor 11 7 . Meeting Location 12 a. The City will establish a meeting location. 13 I) To the extent practicable , meetings will be held at the Site. 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED) 19 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2 -PRODUCTS [NOT USED] 23 PART 3 -EXECUTION [NOT USED] 24 END OF SECTION 25 R evision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF •. Digester Mixing. Flare and Dome Improvements Phase I ST AND ARD CONSTR UCTION SPECIFICATION DOCUMENT City Proiect No. I 02652 Revised July I , 201 1 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUC TION SPECIFI C A TTON DO CUMENT Citv Proiect No. 101651 Rev ised July I , 2011 SECTION 01 32 13 2 SCHEDULE OF VALUES 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes : 0132 13 -1 SCHED ULE OF VALUES Page I of2 6 1. General requirements for the preparation, submittal , updating, status reporting and 7 management of the Schedule of Values 8 B. Deviations this City of Fort Worth Standard Specification 9 1. Modified 1.2A.1 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract 12 2 . Division l -General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is iAeh:1ded iA tl=te total h:tfflf) s1:1m f)riee considered 16 subsidiary to the various items bid. No separate payment will be allowed for 17 this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Schedule of Values 21 1. General 22 a. Prepare a schedule of v alues in conjunction with the preparation of the progress 23 schedule. 24 1) Coordinate preparation of schedule of values and progress schedule . 25 b. Correlate line items with other administra ti ve schedules and the forms required 26 for the work, including the progress schedule, payment request form , listing of 27 subcontractors, schedule of allowances , schedule of alternatives , li sting of 28 products and principal suppliers and fabricators, and the schedule of submittals . 29 c. Provide breakdown of the Contract Sum in accordance with measurement and 30 payment sections and with sufficient detail to facilitate continued evaluation of 31 payment requests and progress reports . 32 1) Break down principal subcontract amounts into several line items in 33 accordance with section measurement and payment. 34 d . Round off to the nearest whole dollar, but with the total equal the Contract 35 Sum. 36 1.5 SUBMITT ALS 37 A. Schedule of Values 38 1. Submit Schedule of Values in native file format and pdf format. CITY O F FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STA NDARD CONSTRUCTION SP EC IFI CA TYON DOCUM ENT City Proiect No. 101651 Revised Au gust 20 17 0132 13-2 SCHEDUL E OF V ALUE S Page 2 of 2 2. Submit Schedule of Values monthly no later than the last day of the month . 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. The person preparing and revising the construction Schedule shall be experienced in the 7 preparation of schedules of similar complexity . 8 B. Schedule and supporting documents addressed in this Specification shall be prepared, 9 updated and revised to accurately reflect the performance of the construction. 10 C. Contractor is responsible for the quality of all submittals in this section meeting the 11 standard of care for the construction industry for similar projects. 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 -PRODUCTS [NOT USED] 16 PART 3 -EXECUTION [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STA NDARD CO NSTR UC TION SPEC IFI CATION DO CUMENT Citv Proiect No. 102652 R evised Au g ust 20 17 01 32 16 -I CONSTRUCTION PROGRESS SCHE DULE Page I of 10 I SECTION 01 32 16 2 CONSTRUCTION PROGREE SCHEDULE 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B . Deviations from this City of Fort Worth Standard Specification 11 I. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 14 2 . Division 1 -General Requirements 15 D . Purpose 16 The City of Fort Worth (City) is committed to delivering quality , cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates . This supports effective monitoring 19 of progress and is input to critical decision making by the project manager throughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery. The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative (Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City . 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item . 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A. Project Schedules C ITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. I 0265:Z Revised August 13 , 2021 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 B. 0132 16-2 CONSTRUCTION PROGRE SS SCHEDULE Page 2 of 10 Each project is represented by City 's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor will develop and maintain a schedule for their scope of work in a lignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2 . Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor 's contractual requirements . The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. Schedule Tiers The City has a portfolio of projects that vary wide ly in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". I. Tier 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor . City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed basis. 2 . Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key e lements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish " dates for such milestones at the end of each month throughout the life of their work on the project. 3 . Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRU CTION SPEC IFICATION DOCUMENT Citv Proiect No. 101651 Revised August 13 , 202 1 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail (generally Level 3) and in 4 alignment with the WBS structure in Section 1.4.H as agreed by the Project 5 Manager. The Contractor issues to the City, updates of their respective schedule 6 (Progress Schedule) at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 11 monthly updates to the City Project Manager (end of each month) as a "progress" 12 schedule . The Contractor prepares and submits each schedule type to fulfill their 13 contractual requirements. 14 15 16 17 18 19 20 21 22 23 24 25 26 1. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the "Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification O 1 32 16.1 Construction Project Schedule Baseline Example. 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule". The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable, the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification. An example of a Progress Schedule is 37 provided in Specification 013216 .2 Construction Project Schedule Progress 38 Example . 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 101651 Revised August 13 , 2021 013216-4 CONSTRUCTION PROGRE SS SCHEDULE Page 4 of IO 1. Schedule Framework -The schedule will be based on the defined scope of work 2 and follow the (Critical Path Methodology) CPM method. The Contractor's 3 schedule will align with the requirements of this specification and will be cost 4 loaded to reflect their plan for execution. Compliance with cost loading can be 5 provided with traditional cost loading of line items OR a projected cost per 6 month for the project when the initial schedule is submitted, updated on a 7 quarterly basis is significant change is anticipated. Overall schedule duration 8 will align with the contractual requirements for the respective scope of work and be 9 reflected in City's Master Project Schedule . The Project Number and Name of the 10 Project is required on each schedule and must match the City's project data. 11 12 E. Schedule File Name 13 All schedules submitted to the City for a project will have a file name that begins with 14 the City's project number followed by the name of the project followed by baseline (if 15 a baseline schedule) or the year and month (if a progress schedule), as shown below . 16 17 18 19 20 21 22 23 24 25 26 27 28 • Baseline Schedule File Name Format: Example: City Project Number_Project Name_Baseline 101376_North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number_Project Name_YYYY-MM Example: 101376_North Montgomery Street HMAC_2018 _01 • Project Schedule Progress Narrative File Name Format: City Project Number_Project Name_PN_ YYYY-MM Example: 101376_North Montgomery Street HMAC_PN_2018_01 29 F . Schedule Templates 30 The Contractor will utilize the relevant sections from the City's templates provided in 31 the City's document management system as the basis for creating their respective 32 project schedule. Specifically, the Contractor's schedule will align with the layout of 33 the Construction section. The templates are identified by type of project as noted 34 below . 35 36 37 38 39 40 41 42 43 44 45 46 47 48 • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. I 02652 Revised August 13 , 202 1 2 3 4 5 6 7 8 9 10 G. Schedule Calendar 0132 16-5 CONSTRUCTION PROGRESS SCHE DU LE Page 5 of 10 The City 's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City 's eight standard holidays (New Years, Martin Luther King, Memorial , Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule . 11 H. WBS & Milestone Standards for Schedule Development 12 The scope of work to be accomplished by the Contractor is represented in the schedule 13 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 14 development of the schedule activities and shall be imbedded and depicted in the 15 schedule . 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery . 1. Contractor is required to utilize the City 's WBS structure and respective project type template for "Construction" as shown in Section 1.4 .H below. Additional activities may be added to Levels l -4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80 .83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section l .4.1 below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. 32 I. Schedule Activities 33 34 35 36 37 38 39 40 41 42 43 44 Activities are the discrete elements of work that make up the schedule . They will be organized under the umbrella of the WBS . Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish " milestones. The activity duration is based on the physical amount of work to be performed for the stated activity , with a maximum duration of 20 working days OR a continuous activity in one location. If the work for any one activity exceeds 20 days , break that activity down incrementally to achieve this duration constraint. Any exception to this requires revi ew and acceptance by the City's Project Control Specialist. 45 J. Change Orders 46 When a Change Order is issued by the City, the impact is incorporated into the 4 7 previously accepted baseline schedule as an update, to clearly show impact to the 48 project timeline. The Contractor submits this updated baseline schedule to the City for C ITY O F FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFI CA TION DOCUMENT City Proiect No . 102652 Revised Aug us t 13 , 2021 013216-6 CONSTRUCTION PROGRE SS SCHEDULE Page 6 of 10 1 review and acceptance as described in Section 1.5 below . Updated baseline schedules 2 adhere to the following: 3 4 1. Time extensions associated with approved contract modifications are limited to the 5 actual amount of time the project activities are anticipated to be delayed, unless 6 otherwise approved by the Program Manager. 7 8 2 . The re-baselined schedule is submitted by the Contractor within ten workdays after 9 the date of receipt of the approved Change Order. 10 11 3 . The changes in logic or durations approved by the City are used to analyze the impact 12 of the change and is included in the Change Order. The coding for a new activity(s) 13 added to the schedule for the Change Order includes the Change Order number in the 14 Activity ID. Use as many activities as needed to accurately show the work of the 15 Change Order. Revisions to the baseline schedule are not effective until accepted by 16 the City . 17 K. City's Work Breakdown Structure 18 19 WBS Code WBS Name 20 XXXXXX Project Name 21 XXXXXX.30 Design 22 X:X:XXXX .30. l 0 Design Contractor Agreement 23 X:X:XXXX .30.20 Conceptual Design (30%) 24 X:X:XXXX .30 .30 Preliminary Design (60%) 25 X:X:XXXX .30.40 Final Design 26 27 XXXXXX.30.50 XXXXXX.30.60 Environmental Permits 28 XXXXXX.30.60.10 Permits -Identification 29 X:X:XXXX.30 .60.20 Permits -Review/Approve 30 :XXXXXX.40 ROW & Easements 31 XXXXXX.40.10 ROW Negotiations 32 XXXXXX.40 .20 Condemnation 33 XXXXXX.70 Utility Relocation 34 X:X:XXXX.70.10 Utility Relocation Co-ordination 35 XXXXXX.80 Construction 36 XXXXXX.80.81 Bid and Award 37 X:X:XXXX.80.83 Construction Execution 38 XXXXXX.80.85 Inspection 39 X:X:XXXX.80 .86 Landscaping 40 XXXXXX.90 Closeout 41 XXXXXX.90.10 Construction Contract Close-out 42 XXXXXX.90.40 Design Contract Closure 43 L. City's Standard Milestones 44 The following milestone activities (i .e ., important events on a project that mark critical 45 points in time) are of particular interest to the City and must be reflected in the proj ect 46 schedule for all phases of work. 47 C ITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revised August 13, 202 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 0 I 32 16 -7 CONSTRUCTION PROGRESS SCHEDULE Activity ID Activity Name Design 3020 3040 3100 A ward Design Agreement Issue Notice to Proceed -Design Engineer Design Kick-off Meeting Page 7 of 10 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 3150 3160 3170 3220 3250 3310 Water & Sewer Peer Review Meeting/Design Review meeting (technical) Conduct Design Public Meeting #1 (required) Conceptual Design Complete Submit Preliminary Plans and Specifications to Utilities , ROW, Traffic , Parks, Storm Water, Water & Sewer Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete Submit Final Design to Utilities, ROW , Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 A ward Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre-Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 39 1.4 SUBMITT ALS 40 A. Schedule Submittal & Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 43 the Contractor 's baseline and progress schedules with the Master Project Schedule as 44 support to the City 's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revi sed August 13, 2021 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4 8 49 I . Schedule Format 0132 16 -8 CONSTRUC TION PROGRES S SC HE DULE Page 8 of 10 The Contractor will submit each schedule in two electronic forms, one in nativ e file format (.xer, .xml, .mpx) and the second in a pd/format, in the City 's document management system in the location dedicated for this purpose and identified by the Project Manager. In the ev ent the Contractor does not use Primavera P6 or MS Project for sche duling purposes, the schedule information must be submitted in .xis or .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and tota l float. 2 . Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting . The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City 's Master Project Schedule, including format & WBS structure. Following the City 's review , feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing ( within jive workdays) their Baseline Schedule for final review and acceptance by the City. 3 . Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above , in the City's document management system in the location dedicated for this purpose . The City's Project Control team reviews each Progress Schedule for data and information that support the as sessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within 5 workdays , following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress . The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Ex pected Baseline Fini s h date • Variance to the Baseline Finish Date C ITY O F FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTTO N SPECIFT CA TION DOCUMENT Citv Proiect No . 102652 Revised Aug ust 13, 202 1 0132 16-9 CONSTRUCTION PROGRESS SC HEDULE Page 9 of 10 B. Monthly Construction Status Report 2 The Contractor submits a written status report (referred to as a progress narrative) at the 3 monthly progress meeting (if monthly meetings are held) or at the end of each month to 4 accompany the Progress Schedule submittal , using the standard format provided in 5 Specification 01 32 16 .3 Construction Project Schedule Progress Narrative . The content 6 of the Construction Project Schedule Progress Narrative should be concise and complete 7 to include only changes , delays , and anticipated problems . 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City 's 11 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITT ALS/INFORMA TIONAL SUBMITT ALS [NOT USED] 17 1.6 CLOSEOUT SUBMITT ALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B . Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similar projects . 26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec O I 32 16 .2 Construction Project Schedule Progress Example 32 Spec 01 32 16 .3 Construction Project Schedule Progress Narrative 33 C ITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I ST ANDA RD CONSTRUCTION SPECCFICA TION DOCUMENT City Proiect No. 102652 Revised Au gust 13, 202 1 01 32 16 -10 CONSTRUCTION PROGRE SS SCHEDULE Page 10 of 10 2 PART 2 -PRODUCTS [NOT USED] 3 PART 3 -EXECUTION [NOT USED] 4 END OF SECTION 5 6 Revision Log DATE NAME SUMMARY OF CHANGE 8/13 /2021 Michael Owen Revised to update specification requirements and e liminate duplicate schedule specifications. CITY OF FORT WORTH Village Creek WRF, Digester Mixinl!. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECTFICA TION DOCUMENT City Proiect No. 102652 Revised August 13 , 2021 01 32 33 - 1 PRECONSTRUCTION VID EO Page 1 of 2 SECTION 01 32 33 2 PRECONSTRUCTION VIDEO 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a . Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2A. l 10 2 . Added l .2A.2 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 13 2 . Division 1 -General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES I 5 A. Measurement and Payment 16 1. Unit PFiee Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item. I 8 2. Lump Sum PFiee WaFlc essaeieted with this Item is ineluded in the tatol lump I 9 sum pFiee. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A . Preconstruction Video 23 1. Produce a preconstruction video of the site/alignment, including all areas in the 24 vicinity of and to be affected by construction. 25 a . Provide digital copy of video upon request by the City. 26 2 . Retain a copy of the preconstruction video until the end of the maintenance sure ty 27 period . 28 1.5 SUBMITT ALS [NOT USED] 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DO CUM ENT Citv Proiect No. 102652 Revised July 7, 201 1 1.12 WARRANTY [NOT USED] 2 PART 2 -PRODUCTS [NOT USED] 3 PART 3 -EXECUTION [NOT USED] 013233 -2 ?RECONSTRUC TION VIDE O Page 2 of2 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 6 CITY OF FORT WORTH Village Creek WRF. Dif!ester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFI C ATION DOCUM E NT Citv Proiect No. 102651 Revi sed July 7, 2011 01 66 00 - I PRODUC T STORAGE AND HANDLING REQUIREM ENTS Page I of4 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes : 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B . Deviations from this City of Fort Worth Standard Specification 12 1. Modified 1.2.A.1 13 2 . Added 1.2.A.2 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 16 2 . Division 1 -General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Unit Priee Work associated with this Item is considered subsidiary to the various 20 items bid. No separate payment will be allowed for this Item . 21 2. Lump Sum Price Werle essaeieted with this Item is ineluded in the tatel lump 22 sum price. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY AND HANDLING 31 A. Delivery Requirements 32 1. Schedule delivery of products or equipment as required to allow timely installation 33 and to avoid prolonged storage. 34 2. Provide appropriate personnel and equipment to receive deliveries . CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome lmprovements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Re vised Jul y 7, 2011 016600-2 PRODUC T STORAGE AND HANDLING REQUIREM ENTS Page 2 of4 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 2 for personnel or equipment to receive the delivery. 3 4 . Deliver products or equipment in manufacturer's original unbroken cartons or other 4 containers designed and constructed to protect the contents from physical or 5 environmental damage. 6 5. Clearly and fully mark and identify as to manufacturer, item and installation 7 location. 8 6. Provide manufacturer's instructions for storage and handling. 9 B. Handling Requirements 10 l. Handle products or equipment in accordance with these Contract Documents and 11 manufacturer's recommendations and instructions. 12 C. Storage Requirements 13 1. Store materials in accordance with manufacturer's recommendations and 14 requirements of these Specifications . 15 2 . Make necessary provisions for safe storage of materials and equipment. 16 a. Place loose soil materials and materials to be incorporated into Work to prevent 17 damage to any part of Work or existing facilities and to maintain free access at 18 all times to all parts of Work and to utility service company installations in 19 vicinity of Work. 20 3. Keep materials and equipment neatly and compactly stored in locations that will 21 cause minimum inconvenience to other contractors, public travel, adjoining owners, 22 tenants and occupants. 23 a. Arrange storage to provide easy access for inspection . 24 4. Restrict storage to areas available on construction site for storage of material and 25 equipment as shown on Drawings, or approved by City's Project Representative. 26 5. Provide off-site storage and protection when on-site storage is not adequate . 27 a. Provide addresses of and access to off-site storage locations for inspection by 28 City's Project Representative. 29 6. Do not use lawns , grass plots or other private property for storage purposes without 30 written permission of owner or other person in possession or control of premises. 31 7. Store in manufacturers ' unopened containers . 32 8. Neatly, safely and compactly stack materials delivered and stored along line of 33 Work to avoid inconvenience and damage to property owners and general public 34 and maintain at least 3 feet from fire hydrant. 35 9. Keep public and private driveways and street crossings open. 36 10 . Repair or replace damaged lawns , sidewalks , streets or other improvements to 37 satisfaction of City's Project Representative . 38 a. Total length which materials may be distributed along route of construction at 39 one time is 1,000 linear feet, unless otherwise approved in writing by City's 40 Project Representative. CITY OF FORT WORTH Village Creek WRF, Dige.~ter Mixing, Flare and Dome Improvements Pha .~e I STANDARD CONSTRUC TION SPECIFICATION DOCUM ENT City Project No. 102652 R evised July 7 , 2011 01 66 00 -3 PRODUCT STORAGE A ND HANDLING RE QUIRE ME NTS 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 -PRODUCTS [NOT USED] 4 PART 3 -EXECUTION 5 6 7 8 9 10 11 3.1 3.2 3.3 3.4 3.5 3.6 3.7 INSTALLERS [NOT USED] EXAMINATION [NOT USED] PREPARATION [NOT USED] ERECTION [NOT USED] REPAIR/ RESTORATION [NOT USED] RE-INST ALLA TI ON [NOT USED] FIELD [oR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B . Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION Page 3 of 4 22 A. Protect all products or equipment in accordance with manufacturer's written directions . 23 B . Store products or equipment in location to avoid physical damage to items while in 24 storage . 25 C. Protect equipment from ex posure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY O F FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CO N STRUCTION SPECIFICATION DOCUM EN T Citv Project No. 102652 Revised July 7, 20 1 I DATE NAME 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revi sion Log SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICA TJON DOCUMENT City Proiect No. 102652 Revised July 7, 20 I I 01 70 00 -I MOBILIZATION AND R EMOBILIZATION Page I of6 I SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes : 6 1. Mobilization and Demobilization 7 a . Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor 's operation 11 at the Site I 2 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel , equipment, and operating supplies I 9 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c . Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2 . Remobilization 26 a . Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes : 28 I) Demobilization 29 a) Transportation of Contractor 's personnel , equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies , and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor 's personnel , equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and De mobilization for Miscellaneous Projects 45 a . Mobilization and Demobilization CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STA NDARD C ONSTRUCTION SPEC IFJ C A TIO N DOCUMENT City Project No. 101651 Revise d Novemb er 22 , 201 6 01 70 00 • 2 MOBILIZA TION AND REMOBILIZATION Page 2 of 6 2 3 4 5 6 7 8 9 I) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: 10 11 12 13 14 15 a) Transportation of Contractor's personnel , equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for : a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b . Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a . A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. Modified 1.2.A 21 C . Related Specification Sections include , but are not necessarily limited to : 22 1. Division O -Bidding Requirements , Contract Forms and Conditions of the Contract 23 2 . Division 1 -General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A . Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section I .2 A . l .] 28 /. Mobilization and Demobilization 29 a. M e asure 30 1) This Item is considered subsidiary to the various Item s bid. 31 b . Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 -ff)R} 36 1. Mobili2atio0 aed Demobili2atio0 {lfbid ilem inel-uded fer },febiti:zaUon 3 7 Centrf;lltflnt to pr01,1ide a me.xil'l'lf;lm % ofa(#f;ltrted eontfflct amof;lnt hatred on the 3 8 emtieipated mobiJi:zatiM1 costs le limit the amof;lnt bid for this item} 39 a. Measure 40 1) This Item will be measured by tl:te lump sum or each as the work 41 progresses . Mobili2atio0 is calculated 00 the base bid oely aed will eot be 42 paid for separately 00 aey additiYe alternate items added to the Coetract. 43 2) Demobili2atio0 shall be coesidered subsidiary to the Yarious bid items. 44 b. Paymeet C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STA NDARD C O NSTRUCTION SPECIFI CATION DOCUM E NT City Proiect No. 102652 R evised N ovember 22, 2 01 6 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 ! 1 • 01 70 00 - 3 MOBILIZATION A ND REMOBILIZATIO N Page 3 of 6 l) Per tJ:iis Item , the asjusted Ceetraet llilieuet will be ealeulated as the tetal Ceatraet ameuat less the lump sum fer mebiliz':atiea. Mebiliz':atiea shall be made iH partial pa-ymeets as fell01Ns: a) Whea I % ef the as:iusted Ceetraet ameuet fer eeastrHetiofl lteffls is earned, 50% of the mobilizl:atioe lmnp sum bid or {lnsei"t Vi the maxiH'lHm etUowed} % of the tetal Coatraet amouflt, wJ:iiehe¥er is less , will be paid. b) Whee 5% of the asjusted Ceetraet lliliouet fer eoHstruetioe Items is earned, 75% of the mobiliz':atioe lmnp sum bid or {Inser=t the niaximHm etllowed}% of the total Cofltraet amouflt, whiehe,,er is less , will be paid . Pre¥ious paymeets ueder the Item will be deooeted from this amouet. e) Whee 10% of the asjusted Coetraet amm:illt fer eoestrHetioe Items is earned, 100% of the mobiliz':atiofl lump sum bid or {lnsef"t the maxinmm etll-0wed}% of the total Coetraet amouet, whiehe•rer is less, will be paid. Pre¥ious paymeets ooder the Item will be deooeted from this amol:lftt. d) ,it-.._ hid eontaining a total fol" "Mobilization" in exeess of {hsel't IHfBfflffHlff olleu~etl} % of total eontf'aet shall he eonsidef'ed enhalaneed and a eaese fol" eonsidef'ation of njeetion. e) The Lemp Sum hid fol" "Mobilization Paving/Df'llinage" shall NOT inelede any east 91" sum fol" mohili'llltion items assoeiated with watef'/sewef' items. Those easts shall he ieeleded in the ¥af'i011s watef'/sewef' hid Items. Othef'wise the hid Items shall he eonsidef'ed enhalaneed and a eaese fol" eonsidef'lltion of f'ejeetion. t) The Lemp Sum hid fol" "Mobilization Ptt>.<ing" shall NOT inelede any east 91" sum foF mobilization items assoeiated with dFainage items. Those easts shall he ineleded in the "Mobilization Df'llinage" Lemp Sum hid Item. OtherA'ise the hid Items shall he eonsideFed enhalaneed and a eaese fol" eonsideFation of Fej eetion. g) The Lemp Sum hid foF "Mobilization Df'llinage" shall NOT inelede any east 91" sum fol" mobilization items assoeiated with pa¥ing items. Those easts shall he ineleded ie the "Mobilization Pa¥ing" Lemp Sum hid Item. OtheFWise the hid Items shall he eonsideFed enhalaneed and a eaese fol" eonsideFation of Fejeetion. 2) The 1Nork perfermed aed materials furnished fer demobiliz':atioe ie aeeordaeee with this Item are subsidiary te the ¥arious Items bid afld HO other eompeasatioe will be allowed. f()B}- Mobiliz':atioH aed Demobiliz':atiea {IfniHl#,pl-e "},18hitirettio1'l " hid items m=c Hsed dl>le to diffaent f1:uiding fa. Watef" etnd Scwei" etnd Fetving et1ulim · Drointtge) Pfflvitie tietetit &jeet eh hid item CfJnsHf.tetnt to pF<P,1itie detetit far= eeteh hid item (typieettly WatedSewei" will he sHhsidietry,1 etnd Ptlving/Di"etinetge will he LS, with possibly sepet1'flte hid itenis /8'1" P.et1,1ing etnd Df"etinetge til>le to J~ntiing).] a. Measure l) This item fer Water/Sewer improyemeflts is eoflsidered subsidiary te the Yarious Items bid. 2) "Mobiliz':atioe PaYieg," "Mobiliz':atioe Draieage," aad/or "Mobiliz':atioe Payieg/Draieage" will be measured by the lump sum or eaeh as the vrork progresses . Mobilizl:atioe is ealeulated oe the base bid eel)' aed vrill eot be paid fer separately oe any additive alternate items added to the Coetraet. 3) Demobiliz':atioa shall be eoesidered subsidiaf)' to the -..•arious bid items. b. Paymeet CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Impro vement.~ Phase 1 STANDARD CO NS TRUCTION S PECIFICATI ON DOCUM ENT Citv Proiect N o. 101651 Revised November 22, 20 16 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 017000-4 MOBILIZATIO AN D REMOBILIZA TION Page 4 of6 I) The work performed aAd materials fttmished iA accordaAce with this Item for Water/Sewer improYemeAts are SHbsidiaF)' to the 1t·ariot:1s Items bid aAd 00 other compensation vlill be allowed . 2) "Mobili2:ation Pa1,·ing ," "Mobili2:ation Draiflage," aAcl,lor "Mobili2:atiofl PaYing/DraiHage", the aEljHsted Contract amollilt 1uill be calct:1lated as the total Cofltract amoH:Rt for paYiflg , drainage or pa1t'iflg/draiAage impro;rements less the lll:Hlp sH:m for mobili2:ation. Mobili2ation shall be made iB partial paymeets as follows: a) Whefl 1 % of the adjHsted Cofltract amoHflt for eoflstrHetiofl Items is earned, 50% of the mobili2atiofl lH:ffip sHm bid or {Insert l~ the mtlXi1'flf;IHt t1llowed} % of the total paYing, drainage, or pai,ing,ldraieage Coetraet amouet, 1+¥hiel'le 1,er is less , will be paid. b) Whee 5% of the adjHsted Coetract amoHnt for eoHstraetion Items is earned, 75% of the mobiliz3ation lwnp sum bid or [Insert the mttXimf;lm t1Uowed}% of the total pai,rieg, drainage, or paYing/draieage CoAtraet amm.tflt , whiche1t'er is less , will be paid. Pre1,iot:1s payments Hflder the Item will be dedt:1eted froffi this amoHflt. c) Whefl 10% of the aEljHsted CoAtract amoHet for eoAstrHctioA Items is earned, 100% of the mobili2:atioA IHmp sHm bid or {Insert the mttXimf;lm t1llowed}% of the total p01ring, drai:Bage, or pa;ring,ldrai:nage Coetraet amoH:Rt , v,l:iieheYer is less, will be paid. Pre¥ioHs paymeAts HAder the Item will be dedueted from this amoHflt. d) A hid eanteining e tatel fer "Mahilizetian " in eness afflHsel't mtaim1,1m t11lmtJedJ % af tatel pe•,ing, dreinege ar pev4ngldreinege eantreet shell he eansidered unheleneed end e eeuse fer eansideretian af rejeetian. 3) The work performed aAd materials fttmished for demobili2atio0 iA accordance with this Item are subsidiary to the YarioHs Items bid aAd AO other compensation will be allo111ed. 2. Remobili2:atioA for sHspensiofl of Work as specifically required ifl the Cofltract DoetiffleAts a . MeasHrement 1) MeasHFemeHt for this Item shall be per each reFAobili2atiofl performed. b . PaymeAt 1) The work performed aed materials furnished in aceordance with this Item aAd measHFed as pro;rided HAder "MeasHremeAt" will be paid for at the UAit price per each "Speeified Remobili2atioA" iA aeeordaHce with CoHtraet Docll:fflents. e. The price shall inelt:1de: 1) Demobili2atiofl as deseribed ifl Section 1.1 .A .2.a.1) 2) Reffiobih2ation as described in SectioA 1.1.A.2 .a.2) d. No paymeets v,rill be made for staedby, idle time, or lost profits assoeiated this -Item,. 3 . Remobili2ation for sHspensioe of Work as reqHired bJ· City a . MeasHrement aed Paymeet I) This shall be submitted as a CoAtraet Claim iA aceordaflee ·with Artiele l 0 of Seetion 00 72 00. 2) No payments ,vill be made for staHdby, idle tirne , or lost profits assoeiated with this Item . CITY OF FORT WORTH Village Creek WRF, Dige.~ter Mixing. Flare and Dome Improvement.~ Pha.~e I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revised November 22 , 20 16 013235-1 AERIAL/PHOTOGRAPHIC DOCU MEN T A TJON Page I of3 SECTION 01 32 35 2 AERIAL/PHOTOGRAPHIC DOCUMENTATION 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Administrative and procedural requirements for: 7 a . Aerial Photographs 8 b. Project Photographs 9 A. Deviations this City of Fort Worth Standard Specification 10 1. Modified 1.2A.1 11 B . Related Specification Sections include but are not necessarily limited to 12 1. Division O -Bidding Requirements, Contract Forms, and Conditions of the 13 Contract. 14 2. Division 1 -General Requirements . 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Lump Sum Price -Work associated with this Item is iaehided in the total htmp sum 18 fffi€e considered subsidiary to the various items bid. No separate payment will 19 be allowed for this Item . 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Project Aerials Photographs 23 1. Take aerial photographs of the project site prior to construction, monthly during the 24 construction of the project, and after completion of the project. 25 2 . Aerial Photographs Provided by: 26 a . Aerial Photography, Incorporated, or approved equal 27 I) Contact: Michael Chase Eaton 28 a) Phone: 954-568-0484 29 b) Email: michael@ api4.com 30 3 . Aerial Photographs 31 a. Taken with a quality digital camera (300 ppi or greater) 32 b. Provide three (3) photos for each trip , each at a different angle 33 4. Aerial Photograph Copies 34 a. Format 35 1) Provide digital copies of all photographs. 36 2) Provide prints of photographs as follows : 37 a) One glossy color 8.5" x 11" prints for each photograph taken. 38 b) Mark each print to indicate: 39 (1) Project name , CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Tmprovements Phase I STANDARD CONSTRUCTION SPEClFICATION DOCUMENT Citv Proiect No. 102652 Revised August 20 17 01 32 35 -2 AE RIA L/PHOTOGRA PHI C DO CU MENT A TJO N Page 2 o f 3 1 (2) Date, 2 (3) Location , 3 3) Photographs shall be clear and sharp with proper expo sure. 4 5 . Preconstruction Aerials 5 a . Provide no less than three (3) aerial photographs of the site prior to construction 6 6. Progress Aerials 7 a. Starting one month after the date of the preconstruction aerial photographs and 8 continuing as long as the work is in progress, provide: 9 1) Progress Photos: 10 a) Three (3) monthly aerial photographs taken to accurately record the 11 work that has progressed during that period. 12 b . Prints and Digital photographs are to be submitted with the monthly Partial Pay 13 Request. 14 1) Provide prints in plastic binder. 15 B . Project Photographs 16 1. Take photographs of the project site/alignment prior to construction, monthly 17 during the construction of the project, and after completion of the project. 18 2 . Photographs shall be taken with a quality digital camera with date back capability, 19 with lenses ranging from wide angle to 135mm. 20 3. Photographs shall be taken at locations designated by the Engineer. 21 4 . Provide digital copies of all photographs . 22 5 . Preconstruction Photos 23 a . Provide no less than forty-eight ( 48) photographs of the site and alignment prior 24 to construction . 25 6 . Progress Photos 26 a . Starting one month after th e date of the preconstruction photographs , and 27 continuing as long as the work is in progress , provide twenty-four (24) monthly 28 photographs taken to accurately record the work that has progressed during that 29 period . 30 b. Digital photographs are to be submitted with the monthly Partial Pay Request. 31 1.5 -1.12 [NOT USED] 32 PART 2 -PRODUCTS [NOT USED] 33 PART 3 -EXECUTION [N OT USED] 34 END OF SECTI ON Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Pha.~e 1 ST AN DARD CO NSTRUC TION SP EC IFI CA TIO N DOCUM EN T City Proiect No. 102652 R evised Au g ust 201 7 SECTION 01 33 00 2 SUBMITT ALS 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 01 33 00 -1 SUBMITTALS Page 1 of9 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a . Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2 .A. l 14 2 . Added 1.2.A.2 15 3. Added 1.4.B 16 4. Modified 3.1 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 19 2 . Division 1 -General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Unit Priee Work associated with this Item is considered subsidiary to the various 23 items bid. No separate payment will be allowed for this Item. 24 2. Lump Sum Priee WaFI( assaeiated with this Item is ineluded in the tat&I lump 25 sum priee. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Notify the City in writing, at the time of submittal, of any deviations in the 30 submittals from the requirements of the Contract Documents. 31 2. Coordination of Submittal Times 32 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 33 performing the related Work or other applicable activities, or within the time 34 specified in the individual Work Sections, of the Specifications . 35 b. Contractor is responsible such that the installation will not be delayed by 36 processing times including, but not limited to: 37 a) Disapproval and resubmittal (ifrequired) 38 b) Coordination with other submittals 39 c) Testing CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Tmprovements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revised December 20 , 201 2 d) Purchasing 2 e) Fabrication 3 f) Delivery 4 g) Similar sequenced activities 013300-2 SUBMITTALS Page 2 of9 5 c . No extension of time will be authorized because of the Contractor's failure to 6 transmit submittals sufficiently in advance of the Work. 7 d . Make submittals promptly in accordance with approved schedule, and in such 8 sequence as to cause no delay in the Work or in the work of any other 9 contractor. IO B. Submittal Log/Schedule 11 1. Prior to submitting the first submittal for the project, provide a submittal 12 log/schedule to include 13 a. Anticipated Submittals 14 b. Proposed Submittal Numbering 15 c. Anticipated Submittal Dates. 16 C. Submittal Numbering 1 7 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 18 reference identification numbering system in the following manner: 19 a. Use the first 6 digits of the applicable Specification Section Number. 20 b. For the next 2 digits number use numbers 01-99 to sequentially number each 21 initial separate item or drawing submitted under each specific Section number. 22 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 23 A=2nd submission, B=3rd submission, C=4th submission , etc.). A typical 24 submittal number would be as follows: 25 26 03 30 00-08-B 27 28 I) 03 30 00 is the Specification Section for Concrete 29 2) 08 is the eighth initial submittal under this Specification Section 30 3) Bis the third submission (second resubmission) of that particular shop 31 drawing 32 D . Contractor Certification 33 I. Review shop drawings , product data and samples, including those by 34 subcontractors, prior to submission to determine and verify the following: 35 a. Field measurements 36 b. Field construction criteria 37 c . Catalog numbers and similar data 38 d. Conformance with the Contract Documents 39 2. Provide each shop drawing, sample and product data submitted by the Contractor 40 with a Certification Statement affixed including: 41 a . The Contractor's Company name 42 b. Signature of submittal reviewer 43 c. Certification Statement 44 1) "By this submittal, I hereby represent that I have determined and verified 45 field measurements, field construction criteria, materials, dimensions , 46 catalog numbers and similar data and I have checked and coordinated each 47 item with other applicable approved shop drawings ." CITY OF FORT WORTH Village Creek WRF. Dieester Mixing. Flare and Dome Impro vements Pha .~e 1 STANDARD CO NSTRUCT ION SPECIFICATION DO CUMENT City Proiect No. 102652 Revi se d December 20, 2012 E. Submittal Format 013300-3 SUBMITTALS Page 3 of9 2 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11 inches. 3 2. Bind shop drawings and product data sheets together. 4 3 . Order 5 a. Cover Sheet 6 1) Description of Packet 7 2) Contractor Certification 8 b . List of items/ Table of Contents 9 c. Product Data /Shop Drawings/Samples /Calculations 10 F. Submittal Content 11 1. The date of submission and the dates of any previous submissions 12 2 . The Project title and number 13 3 . Contractor identification 14 4. The names of: 15 a. Contractor 16 b. Supplier 17 c. Manufacturer 18 5. Identification of the product, with the Specification Section number, page and 19 paragraph(s) 20 6. Field dimensions, clearly identified as such 21 7. Relation to adjacent or critical features of the Work or materials 22 8. Applicable standards, such as ASTM or Federal Specification numbers 23 9. Identification by highlighting of deviations from Contract Documents 24 10 . Identification by highlighting of revisions on resubmittals 25 11. An 8-inch x 3-inch blank space for Contractor and City stamps 26 G. Shop Drawings 27 1. As specified in individual Work Sections includes, but is not necessarily limited to : 28 a . Custom-prepared data such as fabrication and erection/installation (working) 29 drawings 30 b . Scheduled information 3 I c. Setting diagrams 32 d. Actual shopwork manufacturing instructions 33 e. Custom templates 34 f. Special wiring diagrams 35 g. Coordination drawings 36 h. Individual system or equipment inspection and test reports including: 37 I) Performance curves and certifications 38 1. As applicable to the Work 39 2. Details 40 a. Relation of the various parts to the main members and lines of the structure 41 b. Where correct fabrication of the Work depends upon field measurements 42 1) Provide such measurements and note on the drawings prior to submitting 43 for approval. 44 H. Product Data CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Tmprovements Phase I ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Project No. I 02652 Revised December 20, 2012 013300-4 SUBMITTALS Page 4 of9 2 3 4 5 6 7 8 9 I. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 10 11 12 13 14 15 16 17 18 19 20 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include , but is not necessarily limited to : a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work 21 I. Samples 22 1. As specified in individual Sections, include, but are not necessarily limited to : 23 a . Physical examples of the Work such as: 24 1) Sections of manufactured or fabricated Work 25 2) Small cuts or containers of materials 26 3) Complete units of repetitively used products color/texture/pattern swatches 27 and range sets 28 4) Specimens for coordination of visual effect 29 5) Graphic symbols and units of Work to be used by the City for independent 30 inspection and testing, as applicable to the Work 31 J. Do not start Work requiring a shop drawing, sample or product data nor any material to 32 be fabricated or installed prior to the approval or qualified approval of such item. 33 I . Fabrication performed, materials purchased or on-site construction accomplished 34 which does not conform to approved shop drawings and data is at the Contractor's 35 risk . 36 2 . The City will not be liable for any expense or delay due to corrections or remedies 37 required to accomplish conformity. 38 3 . Complete project Work, materials , fabrication , and installations in conformance 39 with approved shop drawings, applicable samples, and product data. 40 K . Submittal Distribution 41 1. Electronic Distribution 42 a . Confirm development of Project directory for electronic submittals to be 43 uploaded to City's Buzzsaw site, or another external FTP site approved by the 44 City. 45 b . Shop Drawings 46 1) Upload submittal to designated project directory and notify appropriate 47 City representatives via email of submittal posting. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprovements Phase I STANDARD CONSTRUCTION SPECTFI C A TION DOCUM ENT City Proiect No. 102652 R evi sed Dec ember 20, 201 2 01 33 00 - 5 SUBMITTALS Page 5 of9 2) Hard Copies 2 a) 3 copies for all submittals 3 b) If Contractor requires more than 1 hard copy of Shop Drawings 4 returned, Contractor shall submit more than the number of copies listed 5 above. 6 c. Product Data 7 1) Upload submittal to designated project directory and notify appropriate 8 City representatives via email of submittal posting. 9 2) Hard Copies IO a) 3 copies for all submittals 11 d. Samples 12 1) Distributed to the Project Representative 13 2. Hard Copy Distribution (if required in lieu of electronic distribution) 14 a. Shop Drawings 15 1) Distributed to the City 16 2) Copies 17 a) 8 copies for mechanical submittals 18 b) 7 copies for all other submittals 19 c) If Contractor requires more than 3 copies of Shop Drawings returned , 20 Contractor shall submit more than the number of copies listed above . 21 b. Product Data 22 1) Distributed to the City 23 2) Copies 24 a) 4 copies 25 c. Samples 26 1) Distributed to the Project Representative 27 2) Copies 28 a) Submit the number stated in the respective Specification Sections. 29 3. Distribute reproductions of approved shop drawings and copies of approved 30 product data and samples, where required, to the job site file and elsewhere as 31 directed by the City. 32 a . Provide number of copies as directed by the City but not exceeding the number 33 previously specified. 34 L. Submittal Review 35 1. The review of shop drawings, data and samples will be for general conformance 36 with the design concept and Contract Documents. This is not to be construed as: 37 a. Permitting any departure from the Contract requirements 3 8 b. Relieving the Contractor of responsibility for any errors, including details, 39 dimensions, and materials 40 c . Approving departures from details furnished by the City, except as otherwise 41 provided herein 42 2. The review and approval of shop drawings, samples or product data by the City 43 does not relieve the Contractor from his/her responsibility with regard to the 44 fulfillment of the terms of the Contract. 45 a. All risks of error and omission are assumed by the Contractor, and the City will 46 have no responsibility therefore. CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DO CUMENT City Proiect No. 102652 Revi sed December 20, 2012 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 33 00 -6 SUBMITTALS Page 6 of9 3. 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. 4 . Tfthe shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance , the City may return the reviewed drawings without noting an exception . 5. Submittals will be returned to the Contractor under 1 of the following codes: a . Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b . Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture ; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments , omissions and non-conforming items that were noted . c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d . Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance . b) It may be necessary to resubmit using a different manufacturer/v endor to meet the Contract Documents. 6 . Resubmittals a. Handled in the same manner as fust submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b . Submittals for each item will be reviewed no more than twice at the City 's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense , based on the City's or City Representative 's then prevailing rates. CITY OF FORT WORTH Village Creek WRF, Dige.~ter Mixing. Flare and Dome Improvement.~ Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised December 20 , 2012 01 33 00 -7 SUBMITTALS Page 7 of9 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 2 all such fees invoiced by the City. 3 c. The need for more than l resubmission or any other delay in obtaining City's 4 review of submittals, will not entitle the Contractor to an extension of Contract 5 Time. 6 7. Partial Submittals 7 a. City reserves the right to not review submittals deemed partial, at the City's 8 discretion. 9 b. Submittals deemed by the City to be not complete will be returned to the 1 O Contractor, and will be considered "Not Approved" until resubmitted. 11 c. The City may at its option provide a list or mark the submittal directing the 12 Contractor to the areas that are incomplete. 13 8. If the Contractor considers any correction indicated on the shop drawings to 14 constitute a change to the Contract Documents, then written notice must be 15 provided thereof to the City at least 7 Calendar Days prior to release for 16 manufacture. 17 9. When the shop drawings have been completed to the satisfaction of the City, the 18 Contractor may carry out the construction in accordance therewith and no further 19 changes therein except upon written instructions from the City. 20 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 21 following receipt of submittal by the City. 22 M. Mock ups 23 1. Mock Up units as specified in individual Sections, include, but are not necessarily 24 limited to, complete units of the standard of acceptance for that type of Work to be 25 used on the Project. Remove at the completion of the Work or when directed. 26 N. Qualifications 27 1. If specifically required in other Sections of these Specifications, submit a P.E. 28 Certification for each item required. 29 0. Request for Information (RFI) 30 1. Contractor Request for additional information 31 a. Clarification or interpretation of the contract documents 32 b. When the Contractor believes there is a conflict between Contract Documents 33 c. When the Contractor believes there is a conflict between the Drawings and 34 Specifications 35 1) Identify the conflict and request clarification 36 2. Use the Request for Information (RFI) form provided by the City. 37 3. Numbering of RFI 38 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 39 increasing sequentially with each additional transmittal. 40 4. Sufficient information shall be attached to permit a written response without further 41 information. 42 5. The City will log each request and will review the request. 43 a. If review of the project information request indicates that a change to the 44 Contract Documents is required, the City will issue a Field Order or Change 45 Order, as appropriate. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revised December 20 , 2012 1.5 SUBMITT ALS [NOT USED] 013300-8 SUBMITTALS Page 8 of9 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED) 9 PART 2 -PRODUCTS [NOT USED] 10 PART 3 -EXECUTION [NOT USED! 11 3.1 CRITICAL SUBMITTALS 12 A. Contractor shall provide the following shop drawings within the time intervals 13 stated in order to ensure timel Contract com letion: 14 15 16 Shop Drawing Required within stated time after Notice to Proceed to the Contractor 2612 19 -Pad Mounted Transformers 6 weeks 46 73 22 -Hydrogen Sulfide Removal Vessels 6weeks END OF SECTION Revi s ion Log DATE NAME SUMMARY OF CHANGE 12/20 /2012 D . Johnson 1.4 .K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Village Creek WRF, Dige.~ter Mixing, Flare and Dome Improvements Pha .~e I STANDARD CO NSTRU CTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Rev ised December 20 , 2012 0 I 35 13 - I SP EC IAL PROJECT PROCE DURES Page I of 8 SECTION OJ 35 13 2 SPECIAL PROJECT PROCEDURES 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c . Confined Space Entry Program 10 d . Use of Explosives, Drop Weight, Etc. 11 e. Water Department Notification 12 f. Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 1. DustControl 16 J . Employee Parking 17 B . Deviations from this City of Fort Worth Standard Specification 18 1. Modified 1.1.C.3 19 2. Modified 1.2A.1 20 3. Modified 1.2A.2 21 4. Modified 1.2A.3 22 C. Related Specification Sections include, but are not necessarily limited to : 23 1. Division 0-Bidding Requirements, Contract Forms and Conditions of the Contract 24 2 . Division 1 -General Requirements 25 3. Seetiae 33 12 25 Caeeeetiae ta E~istieg Water Maies 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Coordim1tion within Railroad permit areas 29 a. Measl:lfeFHent 30 1) Measl:lfeFHent for this Item will be by lwnp sum. 31 b. Payment 32 1) The work performed and FB:aterials :fl:lraished in aeeordanee with this IteFH 33 will be paid for at the lump sum priee bid for Railroad Coordination. 34 e . The priee bid shall inelude: 35 1) Mobili,mtion 36 2) Inspeetioa 37 3) Safety traiaing 38 4) Additional Iasuranee 39 5) lflsl:lfanee Certifieates CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CON STRUCTION SP ECIFI CATION DOCUMENT City Proiect No. 102652 Revi sed Marc h I I , 2022 013513 -2 SPECIAL PROJECT PROCE DURES Page 2 of8 2 3 4 6) Other requiremeAts associated •,;·itl:i geAeral coordiAatioA with Railroad, ieeludieg additioeal employees required to protect the right of way aed property of the Railroad from damage arisiAg out of aAalor from the coAstructioA of the Praject. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 2 . Railroad FlagmeA a. Measuremeat 1) MeasuremeAt for this Item will be per workiAg day. b . PaymeAt l) The work f)erformed aed materials fm-eished ie accordaece with this Item will be paid for each v,·orkiAg day that Railroad Flagmee are preseAt at the Site-: c. The f)rice bid shall ieclude: 1) CoordiAatioA for scheduliAg tlagmeA 2) Flagmee 3) Other requiremeAts associated v,ith Railroad 3 . All ether items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752 . 25 High Voltage Overhead Lines . 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Coordination with the Texas Department of Transportation 28 I . When work in the right-of-way which is under the jurisdiction of the Texas 29 Department of Transportation (TxDOT): 30 a. Notify the Texas Department of Transportation prior to commencing any work 31 therein in accordance with the provisions of the permit 32 b . All work performed in the TxDOT right-of-way shall be performed in 33 compliance with and subject to approval from the Texas Department of 34 Transportation 35 B. Work near High Voltage Lines 36 I . Regulatory Requirements 37 a. All Work near High Voltage Lines (more than 600 volts measured between 38 conductors or between a conductor and the ground) shall be in accordance with 39 Health and Safety Code, Title 9 , Subtitle A , Chapter 752 . 40 2. Warning sign 41 a. Provide sign of sufficient size meeting all OSHA requirements. 42 3. Equipment operating within 10 feet of high voltage lines will require the following 43 safety features 44 a. In s ulating cage-type of guard about the boom or arm 45 b . Insulator links on th e lift hook connections for back hoes or dipp ers CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICA TYO N DOCUMENT Citv Proiect No. 102652 Revise d March I I , 2022 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of8 c . Equipment must meet the safety requirements as set forth by OSHA and the 2 safety requirements of the owner of the high voltage lines 3 4. Work within 6 feet of high voltage electric lines 4 a . Notification shall be given to: 5 1) The power company (example: ONCOR) 6 a) Maintain an accurate log of all such calls to power company and record 7 action taken in each case. 8 b. Coordination with power company 9 1) After notification coordinate with the power company to: 10 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 11 lower the lines 12 c. No personnel may work within 6 feet of a high voltage line before the above 13 requirements have been met. 14 C. Confined Space Entry Program 15 1. Provide and follow approved Confined Space Entry Program in accordance with 16 OSHA requirements . 17 2. Confined Spaces include: 18 a . Manholes 19 b. All other confined spaces in accordance with OSHA 's Permit Required for 20 Confined Spaces 21 D. Use of Explosives, Drop Weight, Etc. 22 1. When Contract Documents permit on the project the following will apply: 23 a. Public Notification 24 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 25 prior to commencing. 26 2) Minimum 24 hour public notification in accordance with Section O 1 31 13 27 E. Water Department Coordination 28 1. During the construction of this project, it will be necessary to deactivate, for a 29 period of time, existing lines . The Contractor shall be required to coordinate with 30 the Water Department to determine the best times for deactivating and activating 31 those lines . 32 2 . Coordinate any event that will require connecting to or the operation of an existing 33 City water line system with the City's representative . 34 a. CeeFdination shall be in aeeeFdanee with Seetien 33 12 lS. 35 b. If needed , obtain a hydrant water meter from the Water Department for use 36 during the life of named project. 37 c . In the event that a water valve on an existing live system be turned off and on 38 to accommodate the construction of the project is required, coordinate this 39 activity through the appropriate City representative. 40 1) Do not operate water line valves of existing water system. 41 a) Failure to comply will render the Contractor in violation of Texas Penal 42 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 43 will be prosecuted to the full extent of the law . 44 b) In addition, the Contractor will assume all liabilitie s and 45 responsibilities as a result of these actions. 46 F. Public Notification Prior to Beginning Construction CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I ST AND ARD CONSTRUCTION SPECIFTCA TION DOCUMENT Citv Project No. I 02652 Revised March 11 , 2022 013513-4 SP EC IAL PROJECT PROCEDURES Page 4 of 8 I I . Prior to beginning construction on any block in the project, on a block by block 2 basis , prepare and deliver a notice or flyer of the pending construction to the front 3 door of each residence or business that will be impacted by construction. The notice 4 shall be prepared as follows: 5 a . Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 6 beginning any construction activity on each block in the project area. 7 1) Prepare flyer on the Contractor's letterhead and include the following 8 information: 9 a) Name of Project 10 b) City Project No (CPN) 11 c) Scope of Project (i.e . type of construction activity) 12 d) Actual construction duration within the block 13 e) Name of the contractor's foreman and phone number 14 f) Name of the City's inspector and phone number 15 g) City's after-hours phone number 16 2) A sample of the 'pre-construction notification' flyer is attached as Exhibit 17 A. 18 3) City of Fort Worth Door Hangers will be provided to the Contractor for 19 distribution with their notice. 20 4) Submit schedule showing the construction start and finish time for each 21 block of the project to the inspector. 22 5) Deliver flyer to the City Inspector for review prior to distribution. 23 b. No construction will be allowed to begin on any block until the flyer and door 24 hangers are delivered to all residents of the block. 25 G . Public Notification of Temporary Water Service Interruption during Construction 26 1. In the event it becomes necessary to temporarily shut down water service to 27 residents or businesses during construction , prepare and deliver a notice or flyer of 28 the pending interruption to the front door of each affected resident. 29 2. Prepared notice as follows: 30 a. The notification or flyer shall be posted 24 hours prior to the temporary 31 interruption . 32 b . Prepare flyer on the contractor's letterhead and include the following 33 information: 34 I) Name of the project 35 2) City Project Number 36 3) Date of the interruption of service 37 4) Period the interruption will take place 38 5) Name of the contractor's foreman and phone number 39 6) Name of the City's inspector and phone number 40 c . A sample of the temporary water service interruption notification is attached as 41 Exhibit B . 42 d. Deliver a copy of the temporary interruption notification to the City inspector 43 for review prior to being distributed . 44 e. No interruption of water service can occur until the flyer has been delivered to 45 all affected residents and businesses . 46 47 f. Electronic versions of the samp le flyers can be obtained from the Project Construction Inspector. 48 H. Coordination with United States Army Corps of Engineers (USA CE) CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECTFICA TTON DOCUMENT City Proiect No. 102652 Revised Marc h I 1, 2022 I 2 3 013513-5 SP EC IAL PROJEC T PROCEDURES Page 5 of 8 I . At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. 4 I. Coordination within Railroad Permit Areas 5 1. At locations in the project where construction act ivities occur in areas where 6 railroad permits are required , meet all requirements set forth in each designated 7 railroad permit. This includes , but is not limited to , provisions for : 8 a. Flagmen 9 b. Inspectors 10 c . Safety training 11 d. Additional insurance 12 13 14 15 16 17 18 19 20 21 e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines . 2 . Obtain any supplemental information needed to comply with the railroad 's requirements. 3 . Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site . 22 J . Dust Control 23 1. Use acceptable measures to control dust at the Site. 24 a . If water is used to control dust , capture and properly dispose of waste water. 25 b . If wet saw cutting is performed, capture and properly dispose of slurry . 26 K. Employee Parking 27 1. Provide parking for employees at locations approved by the City . CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUC TION SP ECIFI CATION DOCUMENT Citv Proiect No. 102652 R evise d March I I , 2022 013513 -6 SPECIAL PROJECT PROCE DURES Page 6 of8 1.5 SUBMITT ALS rNoT USED] 2 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITT ALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 -PRODUCTS [NOT USED] 10 PART 3 -EXECUTION [NOT USED] 11 END OF SECTION 12 13 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.4 .B -Added requirement of compliance with Health and Safety Code, Title 9 . 8/31/2012 D . Johnson Safety, Subtitle A . Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4. E -Added Contractor responsibility for obtaining a TCE Q Air Permit Remove references to Air Pollution watch Days and NCTCOG Clean construction 3/11/2 022 MOwen Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. 15 C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I ST ANDA RD CONSTRUCTION SPECTFICA TYON DOCUMENT Citv Proiect No. 101651 Revised March I I , 2022 0 1 3513-7 SPEC IAL PROJECT PRO CEDUR E S 2 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location : 11 Limits of Construction: 12 13 14 15 16 Page 7 of 8 EXHIBIT A (To be pri nted on Contractor's Letterhead) 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 37 PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL CITY OF FORT WORTH Village Creek WRF, Digester Mixin g, Flare an d Dome Improvements Phase I ST ANDA RD CON STRUCTION SPECTFT CA TYON DOCUMENT City Proiect No. 102652 R ev ise d March I I , 2022 2 3 4 013513 -8 SPEC IAL PROJECT PROCEDURE S Date:------ EXHIBIT B FORT WORTH ~ DOENO.XXXX Project"--: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON __________ _ BETWEEN THE HOURS OF _________ AND _______ _ IFYOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: Page 8 of8 MR. _______________ AT __ =---=,...,,..,,-=--=:-:--::c=-,---- (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. _______________ AT __________ -:-----=---~---- (CITY INSPECTOR) (TELEPHONE NUMBER) TIDS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ______________ _,CONTRACTOR CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTR UCTION SPECIFICATION DOCUMENT Citv Proiect No. /02652 Revised March I I , 2022 01 45 23 -I TE STING AND INSPECTION SERVICE S Page I of4 I SECTION 01 45 23 2 TESTING AND INSPECTION SERVICES 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.1 9 2. Added 1.2 .A.2 10 3. Added 1.4 .B 11 4. Modified 1.4 .C 12 C. Related Specification Sections include , but are not necessarily limited to : 13 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 -General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 17 ~ 18 a 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Unit Price -Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item . a. In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and payment of all inspections, tests, re-tests, or approvals. With the eneptian af Speeisl lnspeetians indiested the stFttetursl drswings. The Contractor shall coordinate with and notify the Engineer of all inspections and tests. Special Inspections shall be performed in accordance with Chapter 17 of the 2015 International Building Code QBC) by a Special Inspector hired by the Qty-Contractor. The Contractor shall coordinate with and notify the Special Inspector and Engineer of all tests associated with Special Inspection items. b. In accordance with Article 13 of the General Conditions, City is responsible for performing and payment for first set additional independent testing chosen by the City to be performed. 1) If the first independent test performed by the City fails, the Contractor is responsible for payment of subsequent testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 2. Lump Sum Price -Work associated with this Item is included in the total lump sum price. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT -WATER FACILITIES Citv Proiect No. /02652 Re vi se d Jul y I , 20 I I 01 45 23 -2 T E STTNG AND INSPECTION S ERVI CES Page 2 o f 4 2 3 4 5 6 7 8 9 a. In accordance with Article 13 of the General Conditions, Contractor is responsible for performing, coordinating, and payment of all inspections, tests, re-tests, or approvals. 10 11 12 b. In accordance with Article 13 of the General Conditions, City is responsible for performing and payment for first set independent testing chosen by the City to be performed. 1) If the first independent test performed by the City fails, the Contractor is responsible for payment of subsequent testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. b) 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Testing 16 1. Complete testing in accordance with the Contract Documents. 17 2 . Coordination 18 a . When testing is required to be performed by the City, notify City, sufficiently 19 in advance, when testing is needed . 20 b. When testing is required to be completed by the Contracor, notify City, 21 sufficiently in advance , that testing wi 11 be performed. 22 3 . Distribution of Testing Reports 23 a. Electronic Distribution 24 I) Confirm development of Project directory for electronic submittals to be 25 uploaded to City's Buzzsaw site, or another external FTP site approved by 26 the City. 27 2) Upload test reports to designated project directory and notify appropriate 28 City representatives via email of submittal posting. 29 3) Hard Copies 30 a) I copy for all submittals submitted to the Project Representative 31 b . Hard Copy Distribution (ifrequired in lieu of electronic distribution) 32 l) Tests performed by City 33 a) Distribute l hard copy to the Contractor 34 2) Tests performed by the Contractor 35 a) Distribute 3 hard copies to City 's Project Representative 36 4 . Provide City 's Project Representative with trip tickets for each delivered load of 37 Concrete or Lime material including the following information: 38 a. Name of pit 39 b. Date of delivery 40 c. Material delivered 41 B. Testing Firms 42 1. Contractor shall use one of the testing firms below for all Contractor required 43 testing. 44 a. Alliance Geotechnical Group, Inc 45 b. Alpha Testing, Inc. 46 c. Atlas Technical Consultants, LLC C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprov,iments Phase 1 STANDARD CONSTRUCTION SPECIFI C ATION DOCUMENT-WATER FAC ILITIES CitvProiect No. 101651 Revised Jul y I , 20 I I 014523-3 TESTING AND INSPECTION SERVICES Page 3 of 4 d. D&S Engineering Labs, LLC e. ECS Southwest, LLP 2 3 4 5 6 7 8 9 f. ETTL Engineers & Consultants Inc. (AKA East Texas Laboratory, Inc) g. Fugro USA Land, Inc h. Kleinfelder, Inc. i. Landtec Engineers, LLC j. Mas-Tek Engineering & Associates, Inc. k. Rone Engineering Services, Ltd. I. TSIT Engineering and Consulting, LLC 10 11 C. Inspection 12 I . Inspection or lack of inspection does not relieve the Contractor from obligation to 13 perform work in accordance with the Contract Documents. 14 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 -PRODUCTS [NOT USED] 24 PART 3 -EXECUTION [NOT USED] 25 END OF SECTION 26 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT -WATER FACILITIES City Proiect No. 102652 Revised July 1, 20 I 1 THIS PAGE INTENTIONALLY LEFT BLANK 01 50 00 - I TEMPORARY FACILITIES AND CONTROLS Page I of5 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d . Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Stanqard Specification 14 1. Modified 1.2.A. l 15 2. Added 1.2 .A.2 16 3. Added 1.4 .C.7 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 -General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Unit PFiee Work associated with this Item is considered subsidiary to the various 23 items bid. No separate payment will be allowed for this Item. 24 l. Lump Sum PFiee WeFlc asseeiated with this Item is ineluded in the tetal lump 25 sum PFiee. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Temporary Utilities 29 1. Obtaining Temporary Service 30 a. Make arrangements with utility service companies for temporary services. 31 b. Abide by rules and regulations of utility service companies or authorities 32 having jurisdiction. 33 c. Be responsible for utility service costs until Work is approved for Final 34 Acceptance . 35 1) Included are fuel, power, light, heat and other utility services necessary for 36 execution, completion, testing and initial operation of Work. 37 2. Water CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised July 7,2011 01 50 00-2 T EMPORARY FACILITIE S AND CONTROLS Page 2 of 5 a. Contractor to provide water required for and in connection with Work to be 2 performed and for specified tests of piping, equipment, devices or other use as 3 required for the completion of the Work. 4 b . Provide and maintain adequate supply of potable water for domestic 5 consumption by Contractor personnel and City's Project Representatives. 6 c . Coordination 7 1) Contact City 1 week before water for construction is desired 8 d . Contractor Payment for Construction Water 9 1) Obtain construction water meter from City for payment as billed by City's 10 established rates . 11 3 . Electricity and Lighting 12 a . Provide and pay for electric powered service as required for Work, including 13 testing of Work. 14 l) Provide power for lighting, operation of equipment, or other use. 15 b . Electric power service includes temporary power service or generator to 16 maintain operations during scheduled shutdown. 17 4 . Telephone 18 a . Provide emergency telephone service at Site for use by Contractor personnel 19 and others performing work or furnishing services at Site. 20 5. Temporary Heat and Ventilation 21 a . Provide temporary heat as neces sary for protection or completion of Work . 22 b . Provide temporary heat and ventilation to assure safe working conditions . 23 B . Sanitary Facilities 24 1 . Provide and maintain sanitary facilities for persons on Site. 25 a . Comply with regulations of State and local departments of health . 26 2. Enforce use of sanitary facilities by construction personnel at job site . 27 a . Enclose and anchor sanitary facilities . 2 8 b . No discharge will be allowed from these facilities . 29 c . Collect and store sewage and waste so as not to cause nuisance or health 30 problem. 31 d . Haul sewage and waste off-site at no less than weekly intervals and properly 32 dispose in accordance with applicable regulation . 33 3 . Locate facilities near Work Site and keep clean and maintained throughout Project. 34 4 . Remove facilitie s at completion of Project 35 C. Storage Sheds and Buildings 36 I. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 37 above ground level for materials and equipment susceptible to weather damage . 3 8 2 . Storage of materials not susceptible to weather damage may be on blocks off 39 ground. 40 3 . Store materials in a neat and orderly manner. 41 a . Place materials and equipment to permit easy access for identification, 42 inspection and inventory. 43 4. Equip building with lockable doors and lighting, and provide electrical service for 44 equipment space heaters and heating or ventilation as necessary to provide storage 45 environments acceptable to sp ecified manufacturers. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprov,!ment.~ Phase I STANDARD CONSTR UC TION S PECIFI CATION DOCUM ENT City Proiec:t No. 102652 Revised Jul y 7,2011 01 50 00 -3 T EMPORARY FACILITI E S A ND CONTROLS Page 3 o f 5 5. Fill and grade site for temporary structures to provide drainage away from 2 temporary and existing buildings. 3 6. Remove building from site prior to Final Acceptance. 4 7. A field office is required for this project. 5 D . Temporary Fencing 6 1. Provide and maintain for the duration or construction when required in contract 7 documents 8 E . Dust Control 9 1. Contractor is responsible for maintaining dust control through the duration of the 10 project. 11 a . Contractor remains on-call at all time s 12 b . Must respond in a timely manner 13 F. Temporary Protection of Construction 14 I . Contractor or subcontractors are responsible for protecting Work from damage due I 5 to weather. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 -PRODUCTS [NOT USED] 25 PART 3 -EXECUTION [NOT USED] 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Temporary Facilities 31 1. Maintain all temporary facil ities for duration of construction acti v itie s as needed . C ITY OF FORT W O RTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I ST ANDA RD CO N STRUCTION SPECIFICATI O N D OCUMENT Citv Proiect No. 102652 Revised July 7 ,201 1 01 5000-4 TEM PORARY FACILITIES AND CONTROLS Page 4 of 5 3.5 [REPAIR] / [RESTORA TJON] 2 3.6 RE-INSTALLATION 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, to a 10 condition equal to or better than prior to start of Work . 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprovl!ments Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proie,,t No. 102652 Revised July 7,2011 01 57 13 - I STORM WATER POLLUTION PREVENTION Page I of4 I SECTION 01 57 13 2 STORM WATER POLLUTION PREVENTION 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes : 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B . Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A. l .a 9 2 . Added 1.2.A.1.b 10 C. Related Spec ification Sections include , but are not necessarily limited to : 11 1. Division O -Bidding Requirements , Contract Forms and Conditions of the 12 Contract 13 2. Division 1 -General Requirements 14 3. Section 31 25 00 -Erosion and Sediment Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 1 7 1. CoHstruetioH Aetivities resHltiHg iH less thaH 1 aere of disrurbaHee 18 a. Unit Priee Work assoeiated v1ith this Item is eoAsidered s1:1bsidiary to the 19 ·1ari0Hs Items bid. No sefHtrate paymeAt >+viii be allowed for this Item. 20 h. Lemp Sum Priee Werle esseeieted with this Item is ineleded in the tetel 21 lump sum priee. 22 2. Construction Activities resulting in greater than 1 acre of disturbance 23 a. Measurement and Payment shall be in accordance with Section 31 25 00. 24 1.3 REFERENCES 25 A. Abbreviations and Acronyms 26 1. Notice oflntent: NOi 27 2. Notice of Termination: NOT 28 3 . Storm Water Pollution Prevention Plan: SWPPP 29 4 . Texas Commission on Environmental Quality: TCEQ 30 5 . Notic e of Change : NOC 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of thi s 34 Specification , unless a date is specifically cited. 35 2. Integrated Storm Management (iSWM) Technical Manual for Construction 36 Controls CITY O F FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprovements Pha se I STANDARD CO N STRUC TION SPECIFICATION DOCUM E NT City Proiect No. 102652 Revised J uly 7, 20 11 0157 D -2 STORM WATER POLLUTION PRE VE NTION Page 2 o f 4 1.4 ADMTNTSTRA TTVE REQUIREMENTS 2 A. General 3 1. Contractor is responsible for resolution and payment of any fines issued associate,d 4 with compliance to Stormwater Pollution Prevention Plan. 5 B. Construction Activities resulting in: 6 l. Less than 1 acre of disturbance 7 a . Provide erosion and sediment control in accordance with Section 31 25 00 and 8 Drawings . 9 2. 1 to less than 5 acres of disturbance 10 a. Texas Pollutant Discharge Elimination System (TPDES) General Constructio!tl 11 Permit is required 12 b . Complete SWPPP in accordance with TCEQ requirements 13 1) TCEQ Small Construction Site Notice Required under general permit 14 TXR150000 15 a) Sign and post at job site 16 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 17 Transportation and Public Works, Environmental Division, (817) 392- 18 6088 . 19 2) Provide erosion and sediment control in accordance with: 20 a) Section 31 25 00 21 b) The Drawings 22 c) TXR150000 General Permit 23 d) SWPPP 24 e) TCEQ requirements 25 3 . 5 acres or more of Disturbance 26 a . Texas Pollutant Discharge Elimination System (TPDES) General Construction 27 Permit is required 28 b . Complete SWPPP in accordance with TCEQ requirements 29 1) Prepare a TCEQ NOi form and submit to TCEQ along with required fee 30 a) Sign and post at job site 31 b) Send copy to City Department of Transportation and Public Works , 32 Environmental Division, (817) 392-6088 . 33 2) TCEQ Notice of Change required if making changes or updates to NOi 34 3) Provide erosion and sediment control in accordance with: 35 a) Section 31 25 00 36 b) The Drawings 3 7 c) TXR 150000 General Permit 38 d) SWPPP 39 e) TCEQ requirements 40 4) Once the project has been completed and all the closeout requirements of 41 TCEQ have been met a TCEQ Notice of Termination can be submitted . 42 a) Send copy to City Department of Transportation and Public Works, 43 Environmental Division , (817) 392-6088 . 44 1.5 SUBMITT ALS 45 A. SWPPP 46 I . Submit in accordance with Section O I 33 00 , except as stated herein. CITY OF FORT WORTH Village Creek WRF, Dige.~ter Mixing, Flare and Dome Improv,iment.~ Phase 1 STA NDARD CONSTRUC TION SPECJFI C A TION DOCUMENT City Proiect No. 102652 Revised Jul y 7, 2011 01 57 13 -3 STORM WATER POLLUTI ON PREVENTION Page 3 of 4 I a . Prior to the Preconstruction Meeting , submit a draft copy of SWPPP to the City 2 as follows : 3 l) 1 copy to the City Project Manager 4 a) City Project Manager will forward to the City Department of 5 Transportation and Public Works , Environmental Di v ision for review 6 B . Modified SWPPP 7 1. If the SWPPP is revised during con struction , resubmit modifi ed SWPPP to the City 8 in accordanc e with Section 01 33 00 . 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 -PRODUCTS [NOT USED] 17 PART 3 -EXECUTION [NOT USED] 18 END OF SECTION 19 R evis ion Lo g D A TE NAME SUMMARY O F CHAN GE CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Pha.~e 1 STANDARD CONSTRUC TI ON SPECIF JCA TIO N DO CUMENT City Proiect No. 102652 Revised July 7, 2011 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPE CIFTCA TTON DOCUMENT Revi sed July 7, 2011 Village Creek WRF. Digester Mixing. Flare and Dome Improvements City Project No. 101651 01 58 13 - I T EMPORARY PROJECT SIGNAGE SECTION 01 58 13 2 TEMPORARY PROJECT SIGNAGE 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A. l 9 2. Added 1.2.A .2 10 3. Modified 2.2.A.l 11 C. Related Specification Sections include, but are not necessarily limited to : Page I of4 12 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 13 2. Division l -General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Unit Priee Work associated with this Item is considered subsidiary to the various 17 items bid. No separate payment will be allowed for this Item . 18 2. Lemp Sum Priee Werle associated with this Item is ineleded in the total lump 19 SURI PFiee. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. I 02652 Re vised July 7, 201 1 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of4 PART 2 -PRODUCTS 2 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 4 A. Design Criteria 5 1. Provide free standing Project Designation Sign in accordance with City's Standard 6 Details for project signs for Water Department projects. 7 B . Materials 8 1. Sign 9 a. Constructed of ¾-inch fir plywood, grade A-C ( exterior) or better 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3-EXECUTION 13 3.1 INST ALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 1 7 A. General 18 1. Provide vertical installation at extents of project. 19 2. Relocate sign as needed, upon request of the City. 20 B . Mounting options 21 a. Skids 22 b . Posts 23 c. Barricade 24 3.5 REPAIR/ RESTORATION [NOT USED] 25 3.6 RE-INST ALLA TYON [NOT USED] 26 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED) 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH Village Creek WRF. Digester Mixing, Flare and Dome Improvement.~ Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised July 7, 20 11 3.13 MAINTENANCE 015813-3 TEMPORARY PROJECT SJGNAGE Page 3 of4 2 A. General 3 1. Maintenance will include painting and repairs as needed or directed by the City . 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revised July 7, 2011 THIS PAGE INTENTIONALLY LEFT BLANK C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECI.FICA TION DOCUMENT R evised July 7, 20 I I Village Creek WRF, Digester Mixing. Flare and Dome Improvements Citv Proiect No. 102652 016000-1 PRODUC T REQUIREM E NTS Page I of2 I SECTION 01 60 00 2 PRODUCT REQUIREMENTS 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 I. None. 9 C. Related Specification Sections include, but are not necessarily limited to : 10 1. Division O -Bidding Requirements, Contract Farms and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 -Construction Documents\Standard Products List 17 B . Only products specifically included on City 's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 I . Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D . Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to , that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITT ALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 R evised D ecember 20 , 2012 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 -PRODUCTS [NOT USED] 5 PART 3 -EXECUTION [NOT USED) 6 END OF SECTION 7 Revision Log 016000-2 PRODUCT REQUIREM ENTS Page 2 of2 DATE NAME SUMMARY OF CHANGE I 0/12/12 D. Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST A ND ARD CONSTRUCTION SPECIFICATION DO CUMENT City Proiect No. I 02652 Revi sed December 20, 20 12 1 SECTION 01 71 23 01 71 23 - I CONSTRUCTION STAKING AND SURVE Y Page I of8 2 CONSTRUCTION STAKING AND SURVEY 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B . Deviations from this City of Fort Worth Standard Specification 8 1. Modified 1.2.A.l 9 2. Modified 1.2.A.3 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 -General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Staking 16 a. Measurement 17 l) MeasuremeHt for this Item shall be by lmnp SWH. This Item is considered I 8 subsidiary to the various Items bid. 19 b . Payment 20 l) The v;erk I3erfeffilee aRe the materials furnish ea iR aeeorea-Ree with this 21 Item shall be I3aie for at the lump sum I3riee bie for "C00strueti00 Staki0g". 22 The work performed and the materials furnished in accordance with 23 this Item are subsidiary to the various Items bid and no other 24 compensation will be allowed. 25 2) PaymeRt for "C00strueti00 StakiRg" shall be fflaee iR I3artial I3ayme0ts 26 preratee by v;erk eernI3letee eornparee to tetal work iRelueee iR the lufflp 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 Sll:lfi item. c. The price bid shall include, but not be limited to the following : 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a . Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment I) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised February 14, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 3 . As-Built Survey a . Measurement 01 71 23 - 2 CONSTRUCTION ST A KING AND SURVEY Page 2 of8 l) MeasufeFHeet for this IteFH shall be by lmHJl suFH. This Item is considered subsidiary to the various Items bid. b. Payment 1) The v,1ork 13erfofffted aed the FHaterials fumished ie aeeordaeee vt'ith this lteFH shall be 13aid for at the lum13 sum 13riee bid for "As Built 8ur.1ey". The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2) Pa:,1FHeet for "Coestruetioe 8takieg" shall be FHade ie 13artial 13aymeets fJFOrated by work eOFHflleted eomf)ared to total work ineluded in the lumfJ sum ttem:- c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 20 1.3 REFERENCES 21 A. Definitions 22 1. Construction Survey -The survey measurements made prior to or while 23 construction is in progress to control elevation , horizontal position, dimensions and 24 configuration of structures/improvements included in the Project Drawings. 25 2. As-built Survey -The measurements made after the construction of the 26 improvement features are complete to provide position coordinates for the features 27 of a project. 28 3. Construction Staking -The placement of stakes and markings to provide offsets 29 and elevations to cut and fill in order to locate on the ground the designed 30 structures/improvements included in the Project Drawings. Construction staking 31 shall include staking easements and/or right of way if indicated on the plans. 32 4. Survey "Field Checks" -Measurements made after construction staking is 33 completed and before construction work begins to ensure that structures marked on 34 the ground are accurately located per Project Drawings . 35 B . Technical References 36 1. City of Fort Worth -Construction Staking Standards (available on City's Buzzsaw 37 website)-01 71 23.16.01_ Attachment A_Survey Staking Standards 38 2 . City of Fort Worth -Standard Survey Data Collector Library (fxl) files (available 39 on City's Buzzsaw website). 40 3 . Texas Department of Transportation (TxDOT) Survey Manual , latest revision 41 4 . Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 42 Surveying in the State of Texas , Category 5 43 CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICA TTON DOCUMENT Citv Proiect No. 102652 Revise~ February 14, 2018 1.4 ADMINISTRATIVE REQUIREMENTS 01 71 23 -3 CONSTR UCTION STAKING AND SURV EY Page 3 of 8 2 A. The Contractor's selection of a surveyor must comply with Texas Government 3 Code 2254 (qualifications based selection) for this project. 4 1.5 SUBMITT ALS 5 A. Submittals, if required, shall be in accordance with Section 01 33 00 . 6 B. All submittals shall be received and reviewed by the City prior to delivery of work. 7 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITT ALS 8 A. Field Quality Control Submittals 9 1. Documentation verifying accuracy of field engineering work, including coordinate l O conversions if plans do not indicate grid or ground coordinates. 11 2 . Submit "Cut-Sheets" conforming to the standard template provided by the City 12 (refer to 01 71 23.16 .01 -Attachment A -Survey Staking Standards). 13 1.7 CLOSEOUT SUBMITTALS 14 B. As-built Redline Drawing Submittal 15 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 16 constructed improvements signed and sealed by Registered Professional Land 17 Surveyor (RPLS) responsible for the work (refer to O l 71 23 .16.0 l -Attachment A 18 -Survey Staking Standards) . 19 2. Contractor shall submit the proposed as-built and completed redline drawing 20 submittal one (1) week prior to scheduling the project final inspection for City 21 review and comment. Revisions, if necessary, shall be made to the as-built redline 22 drawings and resubmitted to the City prior to scheduling the construction final 23 inspection. 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE 26 A. Construction Staking 27 I. Construction staking will be performed by the Contractor. 28 2. Coordination 29 a . Contact City 's Project Representative at least one week in advance notifying 30 the City of when Construction Staking is scheduled. 31 b . It is the Contractor's responsibility to coordinate staking such that 32 construction activities are not delayed or negatively impacted. 33 3 . General 34 a . Contractor is responsible for preserving and maintaining stakes . If City 35 surveyors are required to re-stake for any reason , the Contractor will be 36 responsible for costs to perform staking . If in the opinion of the City, a 37 sufficient number of stakes or markings have been lost, destroyed disturbed or 38 omitted that the contracted Work cannot take place then the Contractor will b e 39 required to stake or re-stake the deficient areas. 40 B. 41 C. C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST ANDARD CONSTRUC TION SPECIFI C ATION DOCUMENT Citv Proiect No. 102652 Revised February 14, 2018 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 D . E. 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 Construction Survey 1. Construction Survey will be performed by the Contractor. 2 . Coordination a . Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3 . General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including , but not limited to, the following : l) Verification that established benchmarks and control are accurate. 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe . 4) Submit to the City copies of field notesused to establish all lines and grades , if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive . 5) Provide access for the City , if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required . 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances ( as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents . As-Built Survey l. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as- built surveying. b. It is the Contractor 's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12 " and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy . 3 . General a . The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features duri ng the progress of the construction including the following: CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST ANDA RD CONSTRUCTION SPECTFI CA TION DO CUMENT City Proiect No. 102652 Revised February 14 , 2018 I) Water Lines 01 71 23 - 5 CONSTRUCTION STAKING AND SURVE Y Page 5 of8 2 a) Top of pipe elevations and coordinates for waterlines at the following 3 locations: 4 ( 1) Minimum every 250 linear feet, including 5 (2) Horizontal and vertical points of inflection, curvature, 6 etc. 7 (3) Fire line tee 8 (4) Plugs, stub-outs, dead-end lines 9 (5) Casing pipe (each end) and all buried fittings 10 2) Sanitary Sewer 11 a) Top of pipe elevations and coordinates for force mains and siphon 12 sanitary sewer lines (non-gravity facilities) at the following locations: 13 (1) Minimum every 250 linear feet and any buried fittings 14 (2) Horizontal and vertical points of inflection, curvature, 15 etc. 16 3) Stormwater -Not Applicable 17 b . The Contractor shall provide as-built survey including the elevation and 18 location (and provide written documentation to the City) of construction 19 features after the construction is completed including the following: 20 I) Manholes 21 a) Rim and flowline elevations and coordinates for each manhole 22 2) Water Lines 23 a) Cathodic protection test stations 24 b) Sampling stations 25 c) Meter boxes/vaults (All sizes) 26 d) Fire hydrants 27 e) Valves (gate, butterfly, etc.) 28 f) Air Release valves (Manhole rim and vent pipe) 29 g) Blow off valves (Manhole rim and valve lid) 30 h) Pressure plane valves 31 i) Underground Vaults 32 (1) Rim and flowline elevations and coordinates for each 33 Underground Vault. 34 3) Sanitary Sewer 35 a) Cleanouts 36 (I) Rim and flowline elevations and coordinates for each 37 b) Manholes and Junction Structures 38 (1) Rim and flowline elevations and coordinates for each 39 manhole and junction structure . 40 4) Stormwater -Not Applicable 41 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 42 1.11 FIELD [SITE] CONDITIONS [NOT USED] 43 1.12 WARRANTY 44 45 CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase J STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised February 14, 2018 PART 2 -PRODUCTS 01 71 23 -6 CONSTRUC TION STAKTNG AND SURVEY Page 6 of8 2 A. A construction survey will produce, but will not be limited to: 3 1. Recovery of relevant control points, points of curvature and points of intersection . 4 2 . Establish temporary horizontal and vertical control elevations (benchmarks) 5 sufficiently permanent and located in a manner to be used throughout construction. 6 3. The location of planned facilities , easements and improvements . 7 a. Establishing final line and grade stakes for piers, floors , grade beams, parking 8 areas, utilities, streets , highways, tunnels, and other construction. 9 b . A record of revisions or corrections noted in an orderly manner for reference . 10 c. A drawing, when required by the client, indicating the horizontal and vertical 11 location of facilities, easements and improvements, as built. 12 4 . Cut sheets shall be provided to the City inspector and Survey Superintendent for all 13 construction staking projects . These cut sheets shall be on the standard city template 14 which can be obtained from the Survey Superintendent (817-392-7925). 15 5 . Digital survey files in the following formats shall be acceptable : 16 a. AutoCAD (.dwg) 17 b. ESRI Shapefile (.shp) 18 c. CSV file (.csv), formatted with X and Y coordinates in separate column s (use 19 standard templates , if available) 20 21 6 . Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions 22 PART 3 -EXECUTION 23 3.1 INST ALLERS 24 A. Tolerances: 25 1. The staked location of any improvement or facility should be as accurate as 26 practical and necessary . The degree of precision required is dependent on many 27 factors all of which must remain judgmental. The tolerances listed hereafter are 28 based on generalities and , under certain circumstances, shall yield to specific 29 requirements . The surveyor shall assess any situation by review of the overall plans 30 and through consultation with responsible parties as to the need for specific 31 tolerances . 32 a . Earthwork: Grades for earthwork or rough cut should not exceed 0 .1 ft. vertical 33 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 34 1.0 ft . tolerance . 35 b . Horizontal alignment on a structure shall be within .O.lft tolerance. 36 c. Paving or concrete for streets, curbs, gutters , parking areas, drives, alleys and 3 7 walkways shall be located within the confines of the site boundaries and, 38 occasionally, along a boundary or any other restrictive line . Away from any 39 restrictive line , these facilities should be staked with an accuracy producing no 40 more than 0.05ft. tolerance from their specified locations . 41 d . Underground and overhead utilities , such as sewers , gas , water, telephone and 42 electric lines , shall be located horizontally within their prescribed areas or 43 easements . Within assigned areas , these utilities should be staked with an 44 accuracy producing no more than 0.1 ft tolerance from a specified location. C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUC TION SPECTFI CA TION D OCUMENT Citv Proiect No . 102652 Revised February 14, 2018 01 71 23 -7 C ONSTRUCTION STAKING AND SURVEY Page 7 of8 2 3 4 5 e . The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile , but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. 6 B . Surveying instruments shall be kept in close adjustment according to manufacturer 's 7 specifications or in compl iance to standards . The City reserves the right to request a 8 calibration report at any time and recommends regular maintenance schedule be 9 performed by a certified technician every 6 months . 10 1. Field measurements of angles and distances shall be done in such fashion as to 11 satisfy the closures and tolerances expressed in Part 3. LA. 12 2. Vertical locations shall be established from a pre-established benchmark and 13 checked by closing to a different bench mark on the same datum . 14 3. Construction survey field work shall correspond to the client 's plans . Irregularities 15 or conflicts found shall be reported promptly to the City . 16 4 . Revisions , corrections and other pertinent data shall be logged for future reference. 17 18 3.2 EXAMINATION rNoT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 APPLICATION 21 3.5 REPAIR/ RESTORATION 22 A . If the Contractor 's work damages or destroys one or more of the control 23 monuments/points set by the City, the monuments shall be adequately referenced for 24 expedient restoration . 25 1. Notify City if any control data needs to be restored or replaced due to damage 26 caused during construction operations . 27 a. Contractor sha ll perform replacements and/or restorations . 28 b. The City may require at any time a survey "Field Check" of any monument 29 or benchmarks that are set be verified by the City surveyors before further 30 associated work can move forward . 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD [oR] SITE QUALITY CONTROL 33 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 34 City in accordance with this Specification. This includes easements and right of way, if 35 noted on the plans . 36 B. Do not change or re locate stakes or control data without approval from the City . CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Pha se I STANDARD CONSTRUC TION SPECIFTCA TION DO CUMENT City Proiect No. 102652 Revised February 14 , 2018 2 3 4 3.8 SYSTEM STARTUP 5 A. Survey Checks 01 71 23 -8 CONSTRUCTION STAKTNG AND SURVEY Page 8 of8 6 1. The City reserves the right to perform a Survey Check at any time deemed 7 necessary. 8 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 9 relieve the contractor of his/her responsibility for accuracy. 10 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D . Johnson Added instruction and modified measurement & payment under 1.2; added 8/31 /2017 M. Owen definitions and references under 1.3; modified 1.6; added I . 7 closeout submittal requirements; modified 1.9 Quality Assurance ; added PART 2 -PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blu e text"; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2/14/2018 MOwen 2254 ; revised action and Closeout submittal requirements ; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction ; and revi sed acceptable digital survey file fonnat 19 CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I ST ANDA RD CONSTRUCTION SPECIFTCA TTON DOCUMENT City Proiect No. 102652 Revised February 14, 2018 I SECTION 01 74 23 2 CLEANING 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes : 01 74 23 -I CL EANTNG Page I of 5 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 1.2.A. l 10 2 . Added 1.2.A.2 11 3 . Modified3.10.D.2 12 C . Related Specification Sections include , but are not necessarily limited to : 13 1. Division 0 -Bidding Requirements , Contract Forms and Conditions of the Contract 14 2 . Division 1 -General Requirements 15 3 . Section 32 92 13 -Hydro-Mulching, Seeding and Sodding 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Ueit Price Work associated with this Item is considered subsidiary to the various 19 Items bid. No separate payment will be allowed for this Item. 20 2. Lump Sum Price Worlc associated with this Item is iecluded ie the total lump 21 sum price. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Scheduling 25 I . Schedule cleaning operations so that dust and other contaminants disturbed by 26 cleaning process will not fall on newly painted surfaces . 27 2 . Schedule final cleaning upon completion of Work and immediately prior to final 28 inspection . CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Pha se I STANDARD CONST RUC TION SPECIFICA T JON DOCUMENT Citv Proiect No. 102652 R evised July 7, 201 1 1.5 SUBMITT ALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 STORAGE, AND HANDLING 7 A. Storage and Handling Requirements 0174 23 -2 CLEANING Page 2 of5 8 1. Store cleaning products and cleaning wastes in containers specifically designed for 9 those materials. 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 -PRODUCTS 13 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Cleaning Agents 16 1. Compatible with surface being cleaned 17 2. New and uncontaminated 18 3. For manufactured surfaces 19 a. Material recommended by manufacturer CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICA TTON DOCUMENT City Proiect No. 102652 Revised July 7, 2011 2.3 ACCESSORIES rNoT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 -EXECUTION 4 3.1 INST ALLERS rNoT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION rNoT USED] 7 3.4 APPLICATION [NOT USED] 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP rNoT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING 14 A. General 15 1. Prevent accumulation of wastes that create hazardous conditions . 01 74 23 -3 CLEANTNG Page 3 of5 16 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 17 governing authorities. 18 3. Do not dispose of volatile wastes such as mineral spirits, oi I or paint thinner in 19 storm or sanitary drains or sewers. 20 4. Dispose of degradable debris at an approved solid waste disposal site. 21 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 22 alternate manner approved by City and regulatory agencies. 23 6. Handle materials in a controlled manner with as few handlings as possible. 24 7 . Thoroughly clean, sweep, wash and polish all Work and equipment associated with 25 this project. 26 8. Remove all signs of temporary construction and activities incidental to construction 27 ofrequired permanent Work. 28 9 . If project is not cleaned to the satisfaction of the City, the City reserves the right to 29 have the cleaning completed at the expense of the Contractor. 30 10. Do not burn on -site. 31 B. Intermediate Cleaning during Construction 32 1. Keep Work areas clean so as not to hinder health, safety or convenience of 33 personnel in existing facility operations. 34 2. At maximum weekly intervals , dispose of waste materials, debris and rubbish. 35 3. Confine construction debris daily in strategically located container(s): 36 a. Cover to prevent blowing by wind CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome lmprovements Phase 1 STANDARD CONSTRUCTION SPECIFICA TJON DOCUMENT City Proiect No. 102652 Revised July 7, 20 I I b. Store debris away from construction or operational activities 2 c. Haul from site at a minimum of once per week 3 4. Vacuum clean interior areas when ready to receive finish painting . 0174 23-4 CLEANTNG Page 4 of 5 4 a. Continue vacuum cleaning on an as-needed basis , until Final Acceptance. 5 5 . Prior to storm events, thoroughly clean site of all loose or unsecured items , which 6 may become airborne or transported by flowing water during the storm. 7 C . Interior Final Cleaning 8 1. Remove grease, mastic , adhesives, dust, dirt, stains , fingerprints, labels and other 9 foreign materials from sight-exposed surfaces. 10 2 . Wipe all lighting fixture reflectors , lenses , lamps and trims clean. 11 3. Wash and shine glazing and mirrors . 12 4 . Polish glossy surfaces to a clear shine. 13 5 . Ventilating systems 14 a. Clean permanent filters and replace disposable filters if units were operated 15 during construction. 16 b . Clean ducts , blowers and coils if units were operated without filters during 17 construction. 18 6. Replace all burned out lamps. 19 7 . Broom clean process area floors. 20 8. Mop office and control room floors. 21 D . Exterior (Site or Right of Way) Final Cleaning 22 1. Remove trash and debris containers from site . 23 a. Re-seed areas disturbed by location of trash and debris containers in accordance 24 with Section 32 92 13. 25 2. Sweep flatwork, paving, and roadway to remove all rocks, pieces of asphalt, 26 concrete or any other object that may hinder or disrupt the flow of traffic along the 27 roadway . 28 3 . Clean any interior areas including, but not limited to, vaults, manholes, structures, 29 junction boxes and inlets. 30 4 . If no longer required for maintenance of erosion facilities, and upon approval by 31 City, remove erosion control from site. 32 5. Clean signs , lights , signals, etc. 33 3.11 -3.14 [NOT USED] 34 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I STANDARD CONSTRUC TION SP EC IFIC ATION DOCUM ENT City Proiect No. 101651 R ev ised July 7, 2011 PART 1 -GENERAL 1.01 THE REQUIREMENT 1.01 WORK INCLUDED SECTION 01 75 00 STARTING AND ADJUSTING A. Provide step-by-step procedures for starting provided systems, including equipment, pumps and processes. B. Provide pre-start up inspections by equipment manufacturers. C. Provide instruction and demonstration of operation, adjustment, and maintenance of each system and the component parts. D. Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship, calibration, and operation. E. Provide for initial maintenance and operation. 1.02 SUBMITTALS A. Provide Submittals in accordance with Section 01 33 00, SUBMITTALS: 1. Provide a Plan of Action for testing, checking, and starting major equipment and process piping systems. Submit reports as required by this specification . 2. Provide Equipment Installation Reports on form shown in SECTION 01 31 13.13, FORMS per Section 01 33 00, SUBMITTALS. 3. Provide Operation and Maintenance Manuals per Section 01 78 23, OPERATION AND MAINTENANCE DATA. 1.03 STANDARDS A. Comply with any standards associated with the testing or start-up of equipment, as listed in the various sections of the specifications . 1.04 SPECIAL JOB CONDITIONS A. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked . B. Furnish the services of a representative of the Supplier to witness tests and start-up procedures as required by these specifications. PART 2 -PRODUCTS 2.01 TESTING INSTRUMENTATION A. Furnish any instrumentation or other testing devices needed to conduct tests. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 75 00 -1 STARTING AND ADJUSTING PART 3-EXECUTION 3.01 SERVICES OF SUPPLIER'S REPRESENTATIVES A. Provide the services of a Supplier's representative for inspection, supervision of installation, and training. Supervisor's representative must be an experienced and competent technical (not sales) representative of the Supplier. B. Perform installation, adjustment, and testing of the equipment under the direct supervision of the Supplier's representative where specified. C. Provide the services of the Supplier's representative to instruct the Owner or his authorized personnel on operational procedures and maintenance requirements. D. Include the cost of the services of the Supplier's representative in the equipment price which is included in the Contract Price . 3.02 INSPECTION AND START-UP A. Inspect equipment prior to placing any equipment or system into operation. Make adjustments as necessary for proper operation. 1. Check for adequate and proper lubrication . 2. Determine that parts or components are free from undue stress from structural members, piping or anchorage. 3. Adjust equipment for proper balance and operations. 4. Determine that vibrations are within acceptable limits. 5. Determine that equipment operates properly under full load conditions. 6. Determine that the equipment is in true alignment. B . Have the Supplier's representative present when the equipment is placed in operation. 1. The Supplier is to be on Site as often as necessary for proper and trouble free operation. 2 . Ensure that the proper procedure is employed in start up of systems . C. Provide Equipment Installation Reports for Equipment on the form indicated in Section 01 31 13.13, FORMS . 1. Certify that the equipment and related appurtenances have been thoroughly examined and approved for start-up and operation. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 75 00 -2 STARTING AND ADJUSTING 2. Include the date when Owner's personnel were instructed in the proper operation and maintenance of the equipment in the report. 3.03 STARTING REQUIREMENTS A. Refer to the individual sections of the specifications for specific start up procedures . 3.04 INITIAL OPERATION A. Start, test, and place equipment and systems into operation for 30 days to allow the Owner and Engineer to observe the operation and overall performance of the equipment and to determine that controls function as intended . B. Equipment which operates on a limited or part-time basis shall be operated in the presence of the Engineer to demonstrate that controls function as specified . C. Perform acceptance test as specified in individual specification sections . Demonstrate that equipment and systems meet the specified performance criteria. D. Unless specifically stated otherwise in the individual equipment specifications , equipment and systems are not Substantially Complete until the end of this initial operation period. If an exception to this requirement is specifically noted in an ind ividual equipment specification , the exception shall only apply to that particular piece of equipment and not to the remaining components provided under the project. 3.05 OPERA TOR TRAINING A. Provide instruction and demonstration of the care and operation of the equipment to the Owner's personnel. Instruction is to include classroom and hands-on training . B. Provide training in adequate detail to ensure that the trainees who complete the program w ill be qualified and capable of operating and maintaining the equipment, products , and systems provided. C . Operations training is to include but not be limited to: D. Orientation to provide an overview of system/subsystem configuration and operation E . Terminology , nomenclature , and display symbols . F. Operations theory. G . Equipment appearance , functions , concepts , and operation . H. Operating modes , practices and procedures under normal , diminished, and emergency conditions . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 75 00 -3 STARTING AND ADJUSTING I. Start-up and shutdown procedures. J . Safety precautions. K. On-the-job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to system/subsystem and recovery procedures . L. Content and use of Operation and Maintenance manuals and related reference materials . M. Provide training for performing on-site routine, preventive, and remedial maintenance of the equipment, product , or system. Maintenance training is to include but not be limited to : 1. Orientation to provide an overview of system/subsystem concept, configuration, and operation. 2 . Operations theory and interfaces . 3 . Instructions necessary to ensure a basic theoretical and practical understanding of equipment appearance, layout and functions. 4. Safety precautions. 5 . Use of standard and special tools and test equipment. 6 . Adjustment, calibration, and use of related test equipment. 7 . Detailed preventive maintenance activities . 8. Troubleshooting, diagnostics, and testing. 9. Equipment assembly and disassembly. 10 . Repair and parts replacement. 11 . Parts ordering practices and storage. 12. Failure and recovery procedures. 13 . Cabling and/or interface connectors . 14. Content and use of operation and maintenance manuals and related reference materials. 15. Procedures for warranty repairs . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 75 00 -4 STARTING AND ADJUSTING 16. Lubrication . 17. Procedures, practices , documentation, and materials required to commence system maintenance. N. Provide a training plan that indicates the schedule and sequence of the training programs. The training plan is to include for each course: 1. Number of hours for the course. 2. Agenda and narrative description, including the defined objectives for each lesson. 3. Draft copy of training handbooks . 4. A descriptive listing of suggested reference publications. 5. Audio-visual equipment required for training . 6. Type and number of tools or test equipment required for each training session . 0 . Provide and use training aids to complement the instruction and enhance learning. 1. Provide training handbooks for use in both the classroom and the hands-on phases of training for each course. 2. Provide instructional materials which include references to the Operation and Maintenance Manuals and identify and explain the use of the manual. 3. Provide a copy of all audio/visual training materials used in the presentations. P. Provide qualified instructors to conduct the training. 1. Provide instructors with knowledge of the theory of operation and practical experience with the equipment, product, or system . 2 . Provide instructors that have successfully conducted similar training courses. Q. Training may be recorded by the Owner or its consultants for use in future training. Provide legal releases or pay additional fees required to allow training by the Supplier to be recorded . R. Schedule for training is to be approved by Owner. 1. Schedule training and start-up operations for no more than one piece of equipment or system at a time. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 01 75 00 -5 STARTING AND ADJUSTING 2 . Owner may require re-scheduling of tra i ning if operations personnel are not available for training on a scheduled date . 3. Provide a minimum of two weeks ' notice if training must be rescheduled. 4. Training is to be limited to 8 hours per week . 5. Time required for training is to be considered in the development of the project schedule . S. Schedule and coordinate training for equipment, products , or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. T. Conduct a training course for the equipment products and systems . Refer to the individul sections of the specifications for specific training requirements. 3.06 INITIAL MAINTENANCE A. Maintain equ ipment until the project is accepted by the Owner. 1. Insure that mechanical equipment is properly greased , oiled , or otherwise cared for as recommended by the Supp li er. 2 . Operate air handling equipment only when filters are in place and are clean . Change filters weekly during construction . B . Service equ ipment per the Supplier's instructions immediately before releasing the equipment to the Owner. 1. Replace replaceable filters and clean permanent filters associated with air handl i ng units or other packaged equipment. 2. Remove and clean screens at strainers in piping systems . 3. Clean insects from intake louver screens. CONFORMED , 12/01 /2022 END OF SECTION FWW V IL LAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CI TY PROJECT NO . 102652 01 75 00 -6 STARTING AND ADJUSTING PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 01 76 00 ASSET MANAGEMENT A. The Contractor shall furnish all labor, materials, tools, equipment and services necessary for all work as indicated in accordance with the provisions of the contract documents to provide asset attribute data and asset tags for the equipment being supplied under this Contract. The Contractor shall cooperate with the Owner or their agents and other project Contractors or their agents and shall allow reasonable provisions for the prosecution of any other work by the Owner, or others, to be done in connection with his work , or in connection with normal use of the facilities. B. Periodic coordinating conferences shall be held as required to coordinate the format, content and completeness of the asset management information . PART 2 -PRODUCTS 2.01 EQUIPMENT TAGS A. Equipment tags shall be constructed of stainless steel and engraved as specified below. 1. Stainless steel equipment tags shall be constructed of minimum 22-gauge 316 stainless steel. Lettering shall be engraved with black infill. The size of each tag shall be determined by the Owner and shall be one of the following sizes: 4 " x 6", 2" x 4 ", 2" diameter, 1-1/2" diameter or 1" x 3". Tags shall have rounded corners and 3/16" hole when attaching with wire or chain . Stainless steel tags shall be mounted by adhesion, anchored into wall/equipment using stainless steel anchors/screws or attached with six-ply wound 304 stainless steel wire meter seals or stainless-steel ball chain . When meter seals are utilized, provide Owner with minimum 10% extra meter seals and one sealing press . Contractor shall coordinate attachment method with Owner 2. For each asset , the tag shall include equipment description, equipment location , and Equipment Record Number (ERN) information as provided in the Equipment List. The initial Equipment List can be downloaded from BIM 360 . 3. Contractor shall also provide a physical sample of each size and material of tags that will be used to identify the assets for approval by the Owner. 4. These tags are for the Fort Worth Asset Management System and are in addition to the equipment required other specification sections and shall be coordinated with other tags required. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 76 00 -1 ASSET MANAGEMENT PART 3 -EXECUTION 3.01 GENERAL A. The Contractor shall perform and meet the following requirements for asset management: 1. Prior to substantial completion, the Contractor shall submit any applicable revisions or updates to the initial Equipment List and will work with the Owner to finalize the list. The initial Equipment List is included as Attachment 1 at the end of this section. 2. The Contractor shall fill in data on the final Equipment List and return it to the Owner. A preliminary equipment list for this project is included at the end of the specification. 3. For each asset, the Contractor shall engrave and install one tag. The tag shall include the equipment description, equipment location, and Equipment Record Number (ERN) information as provided in the finalized Equipment List. 4. The Owner's Inspector will confirm that the tags match the finalized Equipment List. Contractor shall correct any deviations and have all tags installed prior to substantial completion . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 01 76 00 -2 ASSET MANAGEMENT Section 01 76 00 Asset Management -Attachment 1 Pro ect Name: Dlo•st., Mlxlna, Flares, and Dome lmnrovementa Ph ... 1 I Pro ec:t Number. &000045 I Consu bm lulon aubmit before reouHllna substantial comnletion Length of Warranty Expiration Date R.eeipt of O&M Rtleeiptof~ Training ~quipment Location (tggregati on provid.ct? Comments # Faciity Process SUbprocess System Discipline ""' of columns 8-G) Wa1Tanty (Calculated from Column X♦Y) Manuals {Y or N) Parts {Y or N) (dm) wvc DIG ANO D01 N S MTR001 WVCOIGAN00011',1SMTR001 wvc DIG AND D01 MEC PMP001 WVCOIGANDD01MECPMP001 wvc DIG AND 002 N S MTR001 WVCOtGAN0002fllSMTR001 wvc DIG AND 002 MEC PMP001 WVCOIGAN0002MECPMP001 CH wvc DIG AND 003 NS MTR001 WVCOIGAN0003fllSMTR001 CH wvc DIG AND 003 MEC PMP001 WVCOtGANDD03MECPMP001 wvc DIG AND DO< NS MTR001 WVCOIGANDD04111SMTR001 wvc DIG AND DO< MEC PMP001 WVCOIGAN0 004MECP~001 CH wvc DIG AND 005 NS MTR001 WVCOIGANOOOSNSMTR001 wvc DIG AND 005 MEC PMP001 WVCOIGAN0005MECPMP001 wvc DIG ANO 006 NS MTR001 WVCOIGAN0006NSMTR001 :Hr wvc DIG ANO 006 MEC PMP001 W\/COK3AN0006MECPMP001 :Hr wvc DIG ANO D07 MEC PMP001 WVCOtGANDD07MECPMP001 :Hr wvc DIG ANO D07 MEC PMP001 WVCOIGANDD07MECPMP001 :Hr wvc DIG AND 008 MEC PMP001 WVCOIGANDD08MECPMP001 wvc DIG AND 008 MEC PMP001 WVCOIGAN0D08MECPMP001 wvc ELE WVCELE D · wvc ELE WVCELE D· wvc EL£ WI/CELE wvc EL£ WI/CELE wvc EL£ WI/CELE p wvc EL£ WI/CELE p wvc EL£ WI/CELE "1 ·~ wvc ELE WI/CELE ·~ wvc ERG GAS ORV N S NT001 WVCERGGASDRYNSNT001 -wvc ERG GAS ORV NS LCP001 WVCERGGA.SORYNSLCP001 ~ wvc ERG GAS ORV N S LCP002 WVCERGGA.SDRYl'IISLCP002 wvc ERG DGD KTC MEC OGD-HTC WVCERGDGDHTC -001 wvc ERG GAS ORV MEC CHL001 WVCERGGASORYMECCHL001 -· wvc ERG GAS ORV MEC CHL002 WVCERGGASORYMECCHL002 -· wvc ERG GAS ORV MEC ORY001 WVCERGGASORYMECORY001 -wvc ERG GAS ORV MEC 0RY002 WVCERGGASORYMECORY002 -wvc ERG GAS FLR NS NT001 WVCERGGASFLRINSAIT001 "" wvc ERG GAS FLR NS FITOO, WVCERGGA.SFLRJNSFITCIO' -wvc ERG GAS FLR N S FITOOS WVCE RGGASFLRINSFIT005 -wvc ERG GAS FLR N S LCPIXl' WVCE RG GASFLRINSLCP004 FlJ wvc ERG GAS FLR N S LCPOOS WVCE RG GASFLRINSLCP005 FlJ wvc ERG GAS FLR NS LCP101 WVCERGGASFLRINSLCP101 FU wvc ERG GAS FLR NS PNL001 WVCE RGGASFLRINSPNL001 --wvc ERG GAS FLR NS UPS001 WVCE RGGASFLRINSUP S001 U• wvc ERG GAS FL R MEC FLR004 WVCE RGGASFLRME CFLR004 o, wvc ERG GAS FLR MEC FLROOS WVCERGGASFLRMECFLR005 "" wvc ERG GAS FLR MEC FLR006 WVCE RGGASFLRMECFLR006 "" wvc ERG GAS sea NS PIT001 WVCERGGASSCBINSPIT001 "" wvc ERG GAS sea NS PIT002 WVCERGGASSCBINSPrroo2 ~ wvc ERG GAS sea N S PIT003 WVCE RGGASSCBINSPITOOJ ~ wvc ERG GAS sea MEC TNK001 WVCERGGASSCBMECTNK001 H'! wvc ERG GAS sea MEC TNK002 WVCERGGASSCBMECTNK002 "' wvc ERG GAS sea MEC TNK003 WVCERGGASSCBMECTNK003 "' wvc ERG GAS sea MEC TNKOO, WVCERGGASSCBMECTNK004 "' ,., wvc GRN BLO 087 HAC ACU001 WVCGRNBL0087HACACU001 p wvc GRN BLD 087 HAC ACU002 WVCGRNBLD087HACACU002 p wvc GRN BLD 087 NS PNL001 WVCGRNBLD087NSPNL001 wvc GRN BLD 087 NS TXF001 WVCGRNBLD087111STXF001 - wvc GRN BLD 092 NS LCP001 WVCGRNBLD092111SLCP001 GI wvc GRN Vl.T 103 HAC FAN001 WVCGRNVLT103HACFAN001 DI wvc GRN Vl.T 103 MEC HST001 WVCG RNVLT103MECHST001 ·~ wvc ERG DGD HTC MEC FLR-HTC- 001 WVCERGDGDHTC Fl wvc ERG DGD AH U HVAC AHU-GC-1 WVCERGDGOAHUHVACAHU-GC-1 CONFORMED, 12101/2022 FWW VII.LAGE CEEK WRF DIG ESTER Ml . X!NG, FLAAE, DOME I'4f>R0"1:'1,ff CITY PRoJecr No. 102: ASSET au~,•~---- I SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes : 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None . 017719 - I C LOSEOUT REQUIR EMENTS Page I of4 9 C. Related Specification Sections include, but are not necessarily limited to : 10 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees , bonds , 20 certificates , licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City . 22 B . Release of Liens or Claims 23 I . No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITT ALS 26 A. Submit all required documentation to City 's Project Representative . 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 PART 2 -PRODUCTS [NOT USED] 32 C ITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 ST ANDA RD CONSTRUCTION SPECIFICATTON DOCUMENT Citv Proiect No. 102652 Revised March 22, 2021 PART 3 -EXECUTION 2 3.1 INST ALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A . Prior to requesting Final Inspection , submit: 01 77 I 9 - 2 CLOSEOUT R EQUIREMENTS Page 2 of 4 7 1. Project Record Documents in accordance with Section 01 78 39 8 2. Operation and Maintenance Data, if required, in accordance with Section O 1 78 23 9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 74 23. 11 C. Final Inspection 12 1. After final cleaning , provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present. 15 b . Upon completion of this inspection , the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City, immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials, barricades, and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice , inform the City that the required Work has been completed. Upon receipt of 25 this notice , the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5 . Provide all special accessories required to place each item of equipment in full 28 operation . These special accessory items include, but are not limited to: 29 a. Specified spare parts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d . Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h . Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 I. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory , the City will issue a Notice of Project Completion (Green Sheet). 41 E . Supporting Documentation CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I ST ANDA RD CONSTRUCTION SPECIFICA TTO N DOCUMENT Citv Proiect No. 102652 Revised March 22, 202 1 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of 4 I 1. Coordinate with the City Project Representative to complete the following 2 additional forms: 3 a. Final Payment Request 4 b. Statement of Contract Time 5 c . Affidavit of Payment and Release of Liens 6 d . Consent of Surety to Final Payment 7 e. Pipe Report (if required) 8 f . Contractor 's Evaluation of City 9 g . Performance Evaluation of Contractor 10 F . Letter of Final Acceptance 11 1. Upon rev iew and acceptance of Notice of Project Completion and Supporting 12 Documentation , in accordance with General Conditions, City will issue Letter of 13 Final Acceptance and release the Final Payment Request for payment. 14 3.5 REPAIR/ RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 2 3 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE N AME SUMMARY OF C HANG E 3/22/202 1 M Owen 3 .4 C. Added language to cl arify and emphas ize requiremen t to "Cl earing ROW" 26 CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD C ONSTRUC TION SPECIFT CA TTO N D OCUMENT City Proiect No . /02652 Revised March 22 , 202 1 017719-4 CLOSEOUT REQUIREMENTS Page 4 of 4 THIS PAGE INTENTIONALLY LEFT BLANK C ITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised March 22 , 2021 01 78 23 - I OPERA TJON AND MA INTEN ANCE DA T A Page I of6 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART!-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2 . Such products may include, but are not limited to : 9 a . Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B . Deviations from this City of Port Worth Standard Specification 13 1. Modified 1.2 .A.1 14 2. Added 1.2.A.2 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 17 2 . Division 1 -General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Unit Priee Work associated with this Item is considered subsidiary to the various 21 Items bid . No separate payment will be allowed for this Item. 22 2. Lump Sum Priee Work assoeiated with this Item is ineluded ie the total lump 23 sum priee. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Schedule 27 1. Submit manuals in final form to the City within 30 calendar days of product 28 shipment to the project site. 29 1.5 SUBMITT ALS 30 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 31 approved by the City prior to delivery . 32 l.6 INFORMATIONAL SUBMITTALS 33 A . Submittal Form 34 1. Prepare data in form of an instructional manual for use by City personnel. 35 2. Format 36 a. Size : 8 ½ inches x 11 inches C ITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 ST AND ARD CONSTRUC TIO N SPEC IFI CATION DO CUMENT Citv Proiect No. 102652 Revised D ec ember 20 , 201 2 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 017823-2 OPERATIO AND MAINTENANCE DATA b. Paper I) 40 pound minimum, white , for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. Page 2 of6 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs . f. Cover l) Identify each volume with typed or printed title "OPERA TING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3 . Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupmgs. 4 . If available , provide an electronic form of the O&M Manual. B. Manual Content I . Neatly typewritten table of contents for each volume, arranged in systematic order a . Contractor, name of responsible principal , address and telephone number b . A list of each product required to be included, indexed to content of the volume c. List, with each product: I) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents . 2. Product Data a. Include only those sheets which are pertinent to the specific product. b . Annotate each sheet to : 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: I) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation . CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICA TJON DOCUMENT Citv Proiect No. 101651 R evised December 20 , 2012 - 01 78 23 - 3 OP ERATIO N AND MA IN TE NANCE DAT A Page 3 of6 c. Do not use Project Record Drawings as maintenance drawings . 2 4 . Written text, as required to supplement product data for the particular installation: 3 a. Organize in consistent format under separate headings for different procedures . 4 b . Provide logical sequence of instructions of each procedure. 5 5. Copy of each warranty, bond and service contract issued 6 a. Provide information sheet for City personnel giving: 7 1) Proper procedures in event of failure 8 2) Instances which might affect validity of warranties or bonds 9 C. Manual for Materials and Finishes 10 1. Submit 5 copies of complete manual in final form. 11 2. Content, for architectural products , applied materials and finishes : 12 a. Manufacturer's data , giving full information on products 13 1) Catalog number, size, composition 14 2) Color and texture designations 15 3) Information required for reordering special manufactured products 16 b . Instructions for care and maintenance 17 1) Manufacturer's recommendation for types of cleaning agents and methods 18 2) Cautions against cleaning agents and methods which are detrimental to 19 product 20 3) Recommended schedule for cleaning and maintenance 21 3 . Content, for moisture protection and weather exposure products: 22 a . Manufacturer's data, giving full information on products 23 1) Applicable standards 24 2) Chemical composition 25 3) Details of installation 26 b. Instructions for inspection, maintenance and repair 27 D. Manual for Equipment and Systems 28 1. Submit 5 copies of complete manual in final form. 29 2. Content, for each unit of equipment and system, as appropriate : 30 a . Description of unit and component parts 31 1) Function, normal operating characteristics and limiting conditions 32 2) Performance curves , engineering data and tests 33 3) Complete nomenclature and commercial number ofreplaceable parts 34 b . Operating procedures 35 I) Start-up, break-in, routine and normal operating instructions 36 2) Regulation, control, stopping, shut-down and emergency instructions 37 3) Summer and winter operating instructions 38 4 ) Special operating instructions 39 c. Maintenance procedures 40 I) Routine operations 41 2) Guide to "trouble shooting" 42 3) Disassembly, repair and reassembly 43 4) Alignment, adjusting and checking 44 d. Servicing and lubrication schedule 45 1) List of lubricants required 46 e . Manufacturer's printed operating and maintenance instructions 47 f . Description of sequence of operation by control manufacturer C ITY OF FORT WORTH Village Creek WRF. Dige.~ter Mixing. Flare and Dome Tmprovements Pha.~e I STANDARD CONST RUCTION SPEC IFIC ATION DOCUM E NT Citv Proiect No. 102652 Revised December 20, 201 2 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 01 78 23 - 4 OPERATION AND MAINTENANCE DAT A Page 4 of6 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h . Each contractor's coordination drawings 1) As installed color coded piping diagrams 1. Charts of valve tag numbers, with location and function of each valve J. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate : a . Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b . Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures l) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 37 1.9 QUALITY ASSURANCE 38 A. Provide operation and maintenance data by personnel with the following criteria: 39 1. Trained and experienced in maintenance and operation of described products 40 2. Skilled as technical writer to the extent required to communicate essential data 41 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvement.~ .Phase 1 STANDARD CONSTRUCTION SPECIFICATION DO CUMENT City .Proiect No. 102652 Revised December 20 , 2012 01 78 23 -5 OPERATION AND MAINTENANCE DATA Page 5 of6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 -PRODUCTS [NOT USED] 5 PART 3 -EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31 /2012 D . Johnson 1.5 .A. I -title of section removed CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTR UCTION SPECIFICATION DOCUMENT City Proiect No. 101651 Revised December 20, 2012 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPEC IFICATION DOCUMENT Revised Decem ber 20 , 201 2 Village Creek WRF. Digester Mixing. Flare and Dome Improvements Citv Proiect No. 102652 017839-1 PROJECT R ECORD DOCUM ENTS Page I of7 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents , including : 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. Modified 1.2.A.1 14 2. Added 1.2.A.2 15 C . Related Specification Sections include, but are not necessarily limited to : 16 1. Division 0 -Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Div ision 1 -General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 1 9 A. Measurement and Payment 20 1. Unit Price Work associated with this Item is conside red subsidiary to the various 21 Items bid. No separate payment will be allowed for this Item . 22 2. Lump Sum Price Worlc essoeieted with this Item is included in the totel lump 23 sum price. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITT ALS 27 A . Prior to submitting a request for Final Inspection , deliver Project Record Documents to 28 City's Project Representative . 29 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED) 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 32 1.9 QUALITY ASSURANCE 33 A. Accuracy of Records CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST A ND ARD CO N STRUCTION SPECIF ICATION DOCUMENT Citv Project No. J 02652 Revised Jul y 7, 2011 01 78 39 -2 PROJECT RECORD DO CUM ENTS Page 2 of 7 I I. Thoroughly coordinate changes within the Record Documents , making adequate 2 and proper entries on each page of Specifications and each sheet of Drawings and 3 other Documents where such entry is required to show the change properly. 4 2. Accuracy of records shall be such that future search for items shown in the Contract 5 Documents may rely reasonably on information obtained from the approved Project 6 Record Documents . 7 3 . To facilitate accuracy ofrecords, make entries within 24 hours after receipt of 8 information that the change has occurred. 9 4. Provide factual information regarding all aspects of the Work, both concealed and 10 visible, to enable future modification of the Work to proceed without lengthy and 11 expensive site measurement, investigation and examination. 12 1.10 STORAGE AND HANDLING 13 A. Storage and Handling Requirements 14 1. Maintain the job set of Record Documents completely protected from deterioration 15 and from loss and damage until completion of the Work and transfer of all recorded 16 data to the final Project Record Documents. 17 2. In the event of loss of recorded data , use means necessary to again secure the data 18 to the City's approval. 19 a. In such case, provide replacements to the standards originally required by the 20 Contract Documents . 21 1.11 FIELD rsITEl CONDITIONS rNoT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 -PRODUCTS 24 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 25 2.2 RECORD DOCUMENTS 26 A. Job set 27 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 28 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 29 B. Final Record Documents 30 1 . At a time nearing the completion of the Work and prior to Final Inspection , provide 31 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvement.~ Phase I ST AN DARD CO NSTRUCTIO N SP EC IFI CATION DO CUMEN T City Project No. 102652 Revi se d Jul y 7, 20 I I 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 -EXECUTION 4 3.1 INST ALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 01 78 39 - 3 PROJE CT RECO RD DOCUME NTS Page 3 of 7 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS-JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time , the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City, until start of transfer of data to final Project Record Documents. 18 c . Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23 , 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents . 25 b . Use an erasa ble colored pencil (not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c . Date all entries . 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e . In the event of overlapping changes, use different colors for the overlapping 30 changes . 31 5. Convers ion of schematic layouts 32 a . In s ome cases on the Drawings, arrangements of conduits, circuits , piping, 33 ducts , and similar items , are shown schematically and are not intended to 34 portray precise physical layout. 35 I) Final physical arrangement is determined by the Contractor, subject to the 36 City's approv al. 37 2) However, design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings . 40 b . Show on the job set of Record Drawings, by dimension accurate to within I 41 inch, the centerline of each run of items. 42 I) Final physical arrangement is determined by the Contractor, subject to the 43 City's approval. CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CO N STRUCTION S PEClFICA TION DOCUMENT Citv Proiect No . 102652 R evised July 7, 20 I I 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of7 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 2 ceiling plenum", "exposed", and the like). 3 3) Make all identification sufficiently descriptive that it may be related 4 reliably to the Specifications. 5 c. The City may waive the requirements for conversion of schematic layouts 6 where , in the City's judgment, conversion serves no useful purpose. However, 7 do not rely upon waivers being issued except as specifically issued in writing 8 by the City. 9 B . Final Project Record Documents 10 1. Transfer of data to Drawings 11 a. Carefully transfer change data shown on the job set of Record Drawings to the 12 corresponding final documents, coordinating the changes as required . 13 b. Clearly indicate at each affected detail and other Drawing a full description of 14 changes made during construction, and the actual location of items. 15 c . Call attention to each entry by drawing a "cloud" around the area or areas 16 affected . 17 d . Make changes neatly, consistently and with the proper media to assure 18 longevity and clear reproduction. 19 2. Transfer of data to other Documents 20 a. If the Documents, other than Drawings, have been kept clean during progress of 21 the Work, and if entries thereon have been orderly to the approval of the City, 22 the job set of those Documents , other than Drawings , will be accepted as final 23 Record Documents. 24 b. If any such Document is not so approved by the City, secure a new copy of that 25 Document from the City at the City's usual charge for reproduction and 26 handling, and carefully transfer the change data to the new copy to the approval 27 of the City. 28 3.5 REPAIR/RESTORATION [NOT USED] 29 3.6 RE-INST ALLA TI ON [NOT USED] 30 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 END OF SECTION 39 CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revised July 7, 2011 DATE NAME Revision Log 01 78 39 -5 PROJECT R ECORD DOCUMENTS Page 5 of7 SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome lmprovements Phase 1 ST AND ARD CONSTRUCTION SPECIFICATION DO CUM E NT City Proiect No. 102652 Revised July 7, 2011 THIS PAGE INTENTIONALLY LEFT BLANK CITY OF FORT WORTH ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENT R evised July 7, 20 11 Village Creek WRF, Digester Mixing, Flare and Dome Improvements City Proiect No. /02652 PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 02 41 00 DEMOLITION A. The Contractor shall furnish all labor, materials, and equipment in accordance with the requirements of 1. Section 02 41 16 -Demolition and Removal of Existing Structures and Equipment. B . In addition, the Contractor shall demolish and remove all concrete and asphalt paving , curbs , sidewalk, and miscellaneous yard piping, utilities, and structures as required and shown on the Contract Drawings during the construction work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02 41 16 -Demolition and Removal of Existing Structures and Equipment 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. References shall be in accordance with reference standards, codes, and specifications as set forth herein and in Section 31 10 00 -Site Clearing . PART 2 -EXECUTION 2.01 DEMOLITION A. Existing concrete and asphalt paving , curbs, sidewalk and miscellaneous yard piping , utilities , and structures within the areas designated for new construction work shall be completely demolished and all debris removed from the site . B. Excavation caused by demolition shall be backfilled with fill free from rubbish and debris. C . Work shall be performed in such manner as not to endanger the safety of the workmen or the public or cause damage to nearby structures . D. Provide all barriers and precautionary measures in accordance with Owner's requirements and other authorities having jurisdiction . E. Where parts of existing pavements or structures are to remain in service, demolish the portions to be removed , repair damage, and leave the pavement or structure in proper condition for the intended use. Remove asphalt or concrete pavement, concrete , and masonry to the lines designated by saw-cutting , drilling, chipping , or other suitable FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS ISSUED FOR BID , 09/19/2022 02 41 00 -1 DEMOLITION methods . Leave the resulting surfaces reasonably true and even, with sharp straight corners that will result in neat joints with new construction and be satisfactory for the purpose intended . Where existing reinforcing rods are to extend into new construction, remove the concrete so that the reinforcing is clean and undamaged. Cut off other reinforcing 1/2-inch below the surface and fill with epoxy resin binder flush with the surface . F. Prior to the execution of the work, the Contractor, Owner and Engineer shall jointly survey the condition of the adjoining and/or nearby pavements and structures. Photographs and records shall be made of any prior settlement or cracking of structures, pavements, and the like, that may become the subject of possible damage claims. Contractor shall provide Owner a copy of all records of the joint survey of conditions before demolition activities may begin. Contractor shall provide copies of the existing conditions survey report to the Owner and Engineer before any demolition or construction activities begin . 2.02 DISPOSAL OF MATERIAL A. All debris resulting from the demolition and removal work shall be disposed of by the Contractor at a properly permitted facility as part of the work of this Contract. Material designated by the Engineer to be salvaged shall be stored on the construction site as directed. All other material shall be disposed of off-site by the Contractor at his expense. B . Burning of any debris resulting from the demolition will not be permitted at the site . PART 3 -EXECUTION (NOT USED) END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS ISSUED FOR BID , 09/19/2022 02 41 00 -2 DEMOLITION 02 41 13 -1 S ELECTIVE SITE DEMOLITION Pag e 1 of5 1 SECTION 02 41 13 2 SELECTIVE SITE DEMOLITION 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 A Section Includes: 1. Removing sidewalks and steps 2 . Removing ADA ramps, landings, and detectable warning surfaces 3 . Removingdriveways 4 . Removingfences 5 . Removingguardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removingmailboxes 8 . Removing rip rap 9 . Removing miscellaneous concrete structures including porches and foundations 10 . Disposal of removed materials B. Deviations this from City of Fort Worth Standard Specification 1. Modified 1.2.A C. Related Specification Sections include , but are not necessarily limited to : l . Division 0 -Bidding Requirements, Contract Forms , and Conditions of the Contract 2. Division 1 -General Requirements 3. Section 31 23 23 -Borrow 1.2 PRICE AND PAYMENT PROCEDURES 24 A Measurement and Payment r2=t-5------t-cl.:-~i¥,4tte~at1'i'SlH"~e1t1ffl.11:e,tttRt Work associated with this Item is considered subsidiary to the various 26 27 2& 29 30 31 32 33 34 35 3a 37 3& 39 40 items bid. No separate payment will be allowed for this Item. a . ReERO\'e Siae•Nalk: MeaslH"e by sqHare foot. b. Reffl.O\'e Steps: measlH"e by Ule sqHare foot as seee in the plae Yiewoely. e. Reffl.oYe ADA Rafflp: ffleaslH"e by eaeh . a. Reffio¥e Detestable Wara1Ag SHrfaee: ffl.easlH"e byeaeh e . Reffl.0 1,1e DriYeway : ffleasHre by the sqHare foot by tyf)e . f. Remo•♦'e FeAee: HteasHre by the l,inearfoot. g. Reffl.O\'e GHararail: ffleaslH"e by the lmear foot aloeg the faee of the rail in plaee i-nelHrnng ffletal beaffl. gHara feAee traHsitions ana single gHara rail terminal seetioes froffl the eeeter of eea posts. h . Reffio 1,1e Retai:RiAg Wall (less than 4 feet tall): HteaslH"e b~· the li-nearfoot EReaslH"e by eaeh . J. Remo¥e Rip R~: measHre by the sqHare foot. le. ReffiO\'e MiseellaeeoHs Coeerete StrHemre: ffl.easlH"e by the IHmf) SHffi. 2. Payment C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS R ev ised March 11 , 2022 Village Creek WRF, Digester Mixing. Flare and Dome Tmprovements Pha se I City Proiect No . 102652 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 024 1 13-2 S ELEC T TYE SITE DEMOLITION Page 2 of 5 a. Remo.,'e Sidewalk f\¼11 eofflpeRsatioR for sav, euttiRg, refflo.,,al, !:iaul-rng, disposal, tools, equipment, labor and incidentals needed to e*eeute vlork. Sidev,alk adjaeent to or attaehed to retainieg 1Nall (ineludi.ag sidevlalk that asts as a wall footi.ag) shall be paid as sidewalk remo.,,al. For utility projests, this Item shall be sonsidered subsidiary to the treRsn aRd RO othersompensatioR will be allowed. b. Remo¥e Steps: fun sompensation for saw suttmg, remo1,•al , hauliflg, disposal, tools, equipmeRt, labor and insideRtals Reeded to e*esute work. For utility projests, this Item s!:iall be soRsidered subsidiary to the treRsh aRd RO other sofflpeRsatioR will be allowed. s . Remo¥e ADA Ramp and landing: full eompensatioe for sa\Y sutting, remo.,,al , !:iauliRg, disposal, tools, equipmeRt, labor aRd iRsideetals Reeded to e*esute work . Work iReh:tdes ramp laRdiRg reffloYal. For util:ity projests, this Item shall be soesidered subsidiary to the treesh and eo otner sompensatioe will be allowed. d. RemoYe Detestable '.l/arRiRg Surfase: full sompeRsatioR for reff10 1,al, !:iauliRg, disposal , tools , equipmeRt, labor aRd iRsideRtals Reeded to e*esute work. Work iRsludes detestable wamiRg surfose remo¥al from ramp. e . Remo11e Dri¥ewa-y: full sofflpeRsatioR for saw sutting, remo¥al , hauliRg, disposal , tools, equipmeet, labor and insidentals eeeded to remo.,,e impro¥ed driYe1.va-y b~• type. For utility projests, this Item s!:iall be soRsidered subsidiary to the trensh and no other eompensatioR will be allowed. f. Refflo¥e FeRse: full sompeRsatioR for reff10 11al , !:iauhRg , disposal , tools , equipmeRt, labor aRd iRcideRtals Reeded to reffloYe feRse. For utility projests, this Item shall be soRsidered subsidiary to the treRsh aRd Ro other compeesation 1Nill be allowed. g. Remo11e Guardrail: full sompeRsatio0 for remo¥ing materials, loading, haulmg, unloading, aed storieg or disposal; fumishi0g baskfill material; baskfill-ing the postholes; a0d equipment, labor, tools , and msidentals. For utility projests, this Item shall be soRsidered subsidiary to t!:ie treRsh a0d RO othersompeRsatioR will be allo1Ned . h . Remo¥e Retainmg Wall (less than 4 feet tall): full sompeRsatioR for saw suttieg, remo¥al, hauling, disposal, tools , equipment, labor aad insideetfrls Reeded to e*esute work. Sidewalk acijaseRt to or attashed to retaiRing wall (iRsludi0g side1Nalk t!:iat asts as a wall footiRg) shall be paid as side1Nalk remo.,,al. For utility projests, this Item shall be so0sidered subsidiary to the treesh and eo other sompeesatioe will be allowed. 1. Remo¥e Mailbo*: full sompeesatioe for remo.,•al , hauling, disposal, tools, equipment, labor and ineideetals eeeded to e*esute work . For utilit)'projests, Hl:is Item shall be soesidered subsidiary to the tree sh and eo other sompeesatioR 1,vill be allo\ved. J. Remo.,,e aad Replase Mailbo* aed Relosate Mailbo*: full sompeRsatioe for remo1,al , hauli0g, disposal or relosatioR , aRd iRstallatioR or soRstrustioR of replasemeet, tools, equipmeRt, labor and insideetals eeeded to e*esute work fer differeet types: traditioeal pipe and matl.bo* or brisk mailbo*, at equal or better soeditioe oe sompletioR k. Remo¥e Rip Rap: full sompeRsatioR for saw suttiRg, remo¥al, haulieg, disposal , tools, equipmeRt, labor aRd iRsideRtals Reeded to e~Eesute work. Fer utility projests, tJ.lis Item shall be soRsidered subsidiary to t!:ie treRsi:i aRd RO other sempeRsatieR wlll be allowed. C ITY OF FORT WORTH ST A ND ARD CONSTRUCTION SPEC JFI CA TION DOCUMENTS Rev ise d March I I , 2022 Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 Citv Proiect No . 102652 0241 13 -3 S ELECTIVE SITE DEMOLITION Page 3 ofS 2 3 4 I. Remo,.·e MiseellaAeous COfierete Strueture: full eomf)eRsatioR for saw euttiRg, remo•,·al , hauling, disf)osal , tools , eq1:1if)meet, labor aRd ineideetals eeeded to eJreeute 'Nork. For 1:1til:i~• prajeets, this Item shall be eoasideFed subsidiary to the treaeh aRd ao other eOFRf)eBsatioe v,rill be allowed. 5 1.3 REFERENCES 6 A. Definitions 7 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 8 pavers. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED) 17 1.12 WARRANTY [NOT USED] 18 PART 2 -PRODUCTS 19 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 20 2.2 MATERIALS 21 A . Fill Material : See Section 312323. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 -EXECUTION 25 3.1 INST ALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED) 27 3.3 PREPARATION [NOT USED] 28 3.4 REMOVAL 29 A. Remove Sidewalk 30 1. Remove sidewalk to nearest existing dummy , expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3.4 .K. 32 B. Remove Steps 33 1. Remove step to nearest existing dummy, expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3 .4 .K. 35 C. Remove ADA Ramp C ITY OF FORT WORT H Village Creek WR F, Digester Mixing. Flare and Dome Improvements Phase 1 ST AND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. J 02652 R evised March I I , 2022 024113 -4 SELECTIVE SITE DEMOLITION Page 4 of5 1 I . Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 2 See 3.4.K. 3 2. Remove ramp to nearest existing dummy, expansion or construction joint on 4 existing sidewalk. 5 D. Remove Detectable Warning Surface 6 1. Remove old detectable warning surface from ramp, including either pavers or 7 prefabricated panels 8 2. Clean any glue or residue from the surface 9 E. Remove Driveway IO 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 11 3.4.K. 12 2 . Remove drive to nearest existing dummy, expansion or construction joint. 13 3 . Sawcut when removing to nearest joint is not practical. See 3.4 .K . 14 4 . Remove adjacent sidewalk to nearest existing dummy, expansion or construction 15 joint on existing sidewalk. 16 F . Remove Fence 17 1. Remove all fence components above and below ground and backfill with acceptable 18 fill material. 19 2 . Use caution in removing and salvaging fence materials . 20 3 . Salvaged materials may be used to reconstruct fence as approved by City oras 21 shown on Drawings. 22 4 . Contractor responsible for keeping animals (livestock, pets , etc.) within the fenced 23 areas during construction operation and whil e removing fences . 24 G . RemoveGuardrail 25 I . Remove rail elements in original lengths. 26 2. Remove fittings from the posts and the metal rail and then pull the posts. 27 3 . Do not mar or damage salvageable materials during removal. 28 4 . Completely remove posts and any concrete surrounding the posts . 29 5 . Furnish backfill material and backfill the hole with material equal in composition 30 and density to the surrounding soil unless otherwise directed. 31 6 . Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 32 foot below the new subgrade elevation and leave in place along with the dead man. 33 H. Remove Retaining Wall (less than 4 feet ta!J) 34 I . Remove wall to nearest existing joint. 35 2. Sawcut wh en removing to nearest joint is not practical. See 3 .4 .K. 36 3 . Removal includes all components of the retaining wall including footings . 37 4 . Sidewalk adjacent to or attached to retaining wall: See 3 .4 .A 38 I. Remove Mailbox 39 40 I. Salvage existing materials for reuse . Mailbox materials may need to be usedfor reconstruction . 41 J. Remove Rip Rap C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I 1, 2022 Villag e Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 Citv Proiect No. 102652 024113-5 SELECTIVE SITE DEM OLITION Pag e 5 of5 1. Remove rip rap to nearest existing dummy, expansion or constructionjoint. 2 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3 K. Remove Miscellaneous Concrete Structure 4 1. Remove portions of miscellaneous concrete structures including foundations and 5 slabs that do not interfere with proposed construction to 2 feet below the finished 6 ground line. 7 2. Cut reinforcement close to the portion of the concrete to remain in place . 8 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 9 water. 10 L. Sawcut 11 1. Sawing Equipment 12 a. Power-driven 13 b. Manufactured for the purpose of sawing pavement 14 c. In good operating condition 15 d. Shall not spall or fracture the pavement to the removal area 16 2. Sawcut perpendicular to the surface completely through existing pavement. 17 3.5 REPAIR [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARYOF CHANGE 12/20/2012 D . Johnson 1.2.A .2. Modified Payment -Items will be subsidiary to trench on utility projects 3 /11 /2022 M Owen/S Hobbs Added measurement and payment for Remove and R e place Mailbox and Relocate Mailbox and Remove Detectable Warning Surface CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March I I , 2022 Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I Citv Proiect No. 101651 THIS PAGE INTENTIONALLY LEFT BLANK C ITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11 , 2022 Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 City Proiect No. 102652 0241 15-1 PAVING REMOVAL Page I of 6 SECTION 02 4115 2 PAVING REMOVAL 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving, asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6 . Disposal of removed materials 12 B . Deviations from this City of Port Worth Standard Specification 13 1. Modified 1.2.A 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1 -General Requirements 17 3 . Section 32 11 33 -Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1 . Measuremeet Work associated with this Item is considered subsidiary to the 21 various items bid. No separate payment will be allowed for this Item. 22 a. Rem01,'e Ceeerete Paving: measure by the square yard frem baelc ta baek ef 23 aH'9S-: 24 b . RemeYe Asphalt Paving: measure by the square yard betv1een the lips ef 25 gutters. 26 e. RemoYe Brielc PaYiag: measure by the square yard. 27 d. RemeYe Cenerete Curb aAd Gutter: FReasure by the linear feet. 28 e . RemeYe Ceaerete Valle~' Gutter: measure by the square yard 29 f. Wedge Millieg: FReasure by the square yard for Yaryiag thielraess . 30 g . Srnfaee Milliag: measure by the square yard for Yarymg thiekness. 31 h. Butt Milling: FReasured by the linear feet. 32 1. PaveFReat PulYeri;;i;atioa: measure by the square yard. 33 J . Rem011e Speed Cushioa: measure by eaeh. 34 2. Payment 35 a. RemoYe Coaerete PaYiag: full eempeasatioa for sav,' euttiag, remeYal , hauliag, 36 disposal , tools , equipFReAt, labor aA.d iaeidentals Reeded ta e~leeute werk. fer 37 utili~' projeets, this Item shall be eoasidered subsidiary ta the treneh aAd A.O 3 8 other eempeasatioA. will be allowed. 39 b . ReFR0 11e Asphalt Paviag: full eempeA.satiea for saw eutting, remeYal , eauliag, 40 dispesal, teals, equipmeat, laber aad ineidentals aeeded ta e*eeute 1N0rk . fer 41 utili~' projeets , this lteFR shall be eensidered subsidiaf)' ta the treneh and ne 42 ether eempeasatiea will be allewed. CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFIC ATION DOCUME NTS City Proiect No. 102652 Revised February 2 , 20 I 6 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 02 41 15 -2 PAVING REMOVAL Page 2 of6 e. Remo•;e Briek PaviRg: full eompeRsatioR for saw e1:1ttiRg , remo•,•al, sal 1,'agiRg, eleaniRg, battling, disposal , tools , eq1:1ipment, labor and ineidentals needed to exee1:1te work. For 1:1tility projeets, this Item shall be eonsidered soosidiary to the treneh and no other eoffipensation •Nill be allo1+ved. d . Remo1,'e CoRerete C1:1rb and G1:1tter: full eompeRsation for s01.v e1:1ttiRg , remo't'al , hat:tlieg, disposal, tools , eq1:1ipffieet, labor and i1i:eidentals needed to exee1:1te work. For 1:1tility projeets, this Item shall be eoesidered s1:1bsidiary to the treneh and no other eoffipensation v,cill be allo•ued. e . Remo•;e CoRerete Valley G1:1tter: full eompensation for saw e1:1tting , remo•;al, l-11¼1:1ling, disposal , tools , eq-Hipment, labor and itwidentals needed to eJceeute ~ f. Wedge Milling: full eompensation for all milling, hat:tling milled material to salvage stoekpile or disposal , tools, labor, equipffient and ineidentals neeessary to exeeute the work. g. Surfaee Milling: full eompensation for all ffiillieg , hat:tliag ffiilled ffiaterial to sah•age stoekpile or disposal , tools , labor, eqHipffient and ineideetals neeessary to eJceeHte the work. h . BHtt Milling: full eoffipensation for all ffiiHing, aat:tling milled ffiaterial to salvage stoekpile or disposal, tools, labor, eqHipment and ineidentals neeessary to exeeHte the •uork . 1. PaYeffient P1:1lYerization: full eoffipensation for all labor, material, eq1:1ipment, tools and ineidentals neeessary to pul1,erize, remo1,e and store the pul1,•erized material, 1:1ndere1:1t the ease, ffiiJting , eompaetio.n, ha1:1I off, sweep, and dispose of the 1:1:Adere1:1t material. J . Reffiove speed e1:1shion: full eoffipensatioe for removal, battling, disposal, tools , eq1:1ipment , labor, and i0eidentals Heeded to eJcee1:1te the \Trork. For 1:1tility projeets, this Item shall be eo0sidered sl¼bsidiary to the tre0eh and no other eompensation v.'ill be allowed. k. No payme0t for s01.v e1:1tting ofpaYement or eurbs and glitters will be made u0der this seetion. Iael1:1de eost of sueh work in unit prices for iteffis listed i-n bid form req1:1iring s01.v Ol¼tting. I. No payment will be made for work outside maximum payment limits indicated on plans , or for pavements or structures removed for CONTRACTOR's convenience. 35 1.3 REFERENCES 36 A. ASTM International (ASTM): 37 a. 0698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITT ALS/INFORMATIONAL SUBMITT ALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH Village Creek WR F, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTR UCTION SPECIFICATION DOCUMENTS Citv Proiect No. 102652 Revised February 2 , 2016 0241 15-3 PAVING REMOVAL Page 3 of6 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2-PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3-EXECUTION 9 3.1 EXAMINATION [NOT USED] 10 3.2 INSTALLERS [NOT USED] 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade -Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 A. General. 17 1. Exercise caution to minimize damage to underground utilities . 18 2. Minimize amount of earth removed . 19 3. Remove paving to neatly sawed joints. 20 4. Use care to prevent fracturing adjacent, existing pavement. 21 B . Sawing 22 1. Sawing Equipment. 23 a. Power-driven. 24 b. Manufactured for the purpose of sawing pavement. 25 c. In good operating condition. 26 d . Shall not spall or fracture the pavement structure adjacent to the removal area. 27 2 . Sawcut perpendicular to the surface to full pavement depth , parallel and 28 perpendicular to existing joint. 29 3 . Sawcut parallel to the original sawcut in square or rectangular fashion. 30 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 31 joint, cold joint, expansion joint, edge of paving or gutter lip , remove paving to that 32 joint, edge or lip. 33 5. If a pavement edge of a cut is damaged subsequent to saw cutting , saw to a new , 34 neat, straight line for the purpose of removing the damaged area. 35 C. Remove Concrete Paving and Concrete Valley Gutter 36 1. Sawcut: See 3.4 .B. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I ST A ND ARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. I 02652 R evised February 2, 20 I 6 D. Remove Concrete Curb and Gutter 2 1. Sawcut: See 3.4.B. 3 2. Minimum limits ofremoval: 30 inches in length. 4 E . Remove Asphalt Paving 5 1. Sawcut: See 3.4 .B. 6 2 . Remove pavement without disturbing the base material. 0241 15-4 PA YING REMOVAL Page 4 of6 7 3. When shown on the plans or as directed, stockpile materials designated as 8 salvageable at designated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by providing for IO proper drainage. 11 F. Milling 12 1. General 13 a . Mill surfaces to the depth shown in the plans or as directed. 14 b . Do not damage or disfigure adjacent work or existing surface improvements . 15 c. If milling exposes smooth underlying pavement surfaces, mill the smooth 16 surface to make rough. 17 d. Provide safe temporary transition where vehicles or pedestrians must pass over 18 the milled edges. 19 e. Remove excess material and clean milled surfaces. 20 f. Stockpiling of planed material will not be permitted within the right of way 21 unless approved by the City. 22 g. If the existing base is brick and cannot be milled, remove a 5 foot width of the 23 existing brick base . See 3 .3.G. for brick paving removal. 24 2. Milling Equipment 25 a. Power operated milling machine capable of removing, in one pass or two 26 passes , the necessary pavement thickness in a five-foot minimum width. 27 b. Self-propelled with sufficient power, traction and stability to maintain accurate 28 depth of cut and slope. 29 c . Equipped with an integral loading and reclaiming means to immediately 30 remove material cut from the surface of the roadway and discharge the cuttings 31 into a truck, all in one operation . 32 d. Equipped with means to control dust created by the cutting action. 33 e. Equipped with a manual system providing for uniformly varying the depth of 34 cut while the m.achine is in motion making it possible to cut flush to all inlets, 35 manholes , or other obstructions within the paved area. 36 f . Variable Speed in order to leave the specified grid pattern. 37 g. Equipped to minimize air pollution. 38 3 . Wedge Milling and Surface Milling 39 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 40 at a depth of 2 inches and transitioning to match the existing pavement (0-inch 41 cut) at a minimum width of 5 feet. 42 b . Surface Mill existing asphalt pavement to the depth specified, 43 c . Provide a milled surface that provides a uniform surface free from gouges , 44 ridges , oil film , and other imperfections of workmanship with a uniform 45 textured appearance. CITY OF FORT WORTH Village Creek WRF. Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Proiect No. 102652 Revised February 2, 20 I 6 02 41 15 -5 PAVING REMOVAL Page 5 of6 d. In all situations where the existing H.M .A.C. surface contacts the curb face, the 2 wedge milling includes the removal of the existing asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4 . Butt Joint Milling 7 a . Mill butt joints into the existing surface, in association with the wedge milling 8 operation. 9 b . Butt joint will provide a full width transition section and a constant depth at the l 0 point where the new overlay is terminated. 11 c . Typical locations for butt joints are at all beginning and ending points of streets 12 where paving material is removed. Prior to the milling of the butt joints, 13 consult with the City for proper location and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters, bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and milled out across the full width of the 18 street section to a tapered depth of 2 inch . 19 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 23 over the bump . 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2 . Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a . Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 32 b. Temporarily remove and store the 8-inch deep pulverized material , then cut the 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application 36 a. Use 3.5% Portland cement. 37 b. See Section 32 11 33. 38 3. Mixing: see Section 32 11 33. 39 4 . Compaction: see Section 32 11 33. 40 5 . Finishing: see Section 32 11 33. 41 6 . Curing: see Section 32 11 33. 42 7 . If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 43 stone/gravel: 44 a . Undercut not required 45 b. Pulverize 10 inches deep. 46 c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECTFTCATION DOCUMENTS CitvProiect No . 102652 Revised February 2, 20 16 1 I. Remove speed cushion 024115-6 PAVING REMOVAL Page 6 of6 2 I. Scrape or sawcut speed cushion from existing pavement without damaging existing 3 pavement. 4 3.5 REPAIR [NOT USED] 5 3.6 RE-INST ALLA TI ON [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revis ion Log DATE NAME SUMMARY OF CHANGE 12/20/20 12 D . Johnson 1.2 .A -modified paym ent requirements on utility projects 2/2/2016 F . Griffin 1.2 .A.2 .b. -R emoved duplicate la st sentence. 16 CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Pha se I ST AND ARD CONSTRUCTION SPECTFICA TTON DOCUMENTS City Proiect N o. 102652 Revised February 2, 20 16 SECTION 02 4116 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES AND EQUIPMENT PART 1 -GENERAL 1.01 THE REQUIREMENT A. This Section covers the demolition , removal , and disposal of existing buildings and structures , removal and disposal of asbestos materials, and any existing equipment including electrical, plumbing, heating , and ventilating equipment and piping not required for the operation of the rehabilitated plant as indicated on the Drawings and as specified hereinafter. The Contractor shall furnish all labor, materials, and equipment to demolish buildings and structures and to remove fixtures, anchors, supports , piping , and accessories designated to be removed on the Drawings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02 41 00 -Demolition 1.03 TITLE TO EQUIPMENT AND MATERIALS A. Contractor shall have no right or title to any of the equipment, materials, or other items to be removed from the existing buildings or structures unless and until said equipment, materials and other items have been removed from the premises. The Contractor shall not sell or assign or attempt to sell or assign any interest in the said equipment, materials , or other items until the said equipment, materials or other items have been removed. B. Contractor shall have no claim against the Owner because of the absence of such fixtures and materials. 1.04 CONDITION OF STRUCTURES AND EQUIPMENT A. The Owner does not assume responsibility for the actual condition of structures and equipment to be demolished and removed. B . Conditions existing at the time of inspection for bidding purposes will be maintained by the Owner so far as practical. C . The information regarding the existing structures and equipment shown on the Drawings is based on visual inspection and a walk-through survey only . Neither the Engineer nor the Owner will be responsible for interpretations or conclusions drawn therefrom by the Contractor. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 02 41 16 -1 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES AND EQUIPMENT PART 2 -PRODUCTS (NOT USED) PART 3-EXECUTION 3.01 DEMOLITION AND REMOVALS A . The removal of all equipment and piping , and all materials from the demolition of buildings and structure shall, when released by the Owner and Engineer, shall be done by the Contractor, and shall become the Contractor's property, unless otherwise noted, for disposition in any manner not contrary to the Contract requirements and shall be removed from the site to the Contractor's own place of disposal. B . The Electrical Contractor (Subcontractor) specifically, shall de-energize all panelboards , lighting fixtures , switches , circuit breakers , electrical conduits , motors, limit switches , pressure switches, instrumentation such as flow, level and/or other meters, wiring, and similar power equipment prior to removal. Any electric panels or equipment which are to be retained shall be relocated or isolated by the Electrical Contractor (Subcontractor) specifically, prior to the removal of the equipment specified herein. C. The Contractor shall proceed with the removal of the equipment, piping and appurtenances in a sequence designed to maintain the plant in continuous and shall proceed only after approval of the Engineer. D. Any equipment piping and appurtenances removed without proper authorization , which are necessary for the operation of the existing facilities shall be replaced to the satisfaction of the Engineer at no cost to the Owner. E. Excavation caused by demolition shall be backfilled with fill free from rubbish and debris . Select fill or structural fill shall be used where specifically required on Contract Drawings. F . Burning of any debris resulting from the demolition will not be permitted at the site . G . Where parts of existing structures are to remain in service, demolish the portions to be removed, repair damage , and leave the structure in proper condition for the intended use. Remove concrete and masonry to the lines designated by drilling , chipping, or other suitable methods . Leave the resulting surfaces reasonably true and even, with sharp straight corners that will result in neat joints with new construction and be satisfactory for the purpose intended . Where existing reinforcing bars are to extend into new construction , remove the concrete so that the reinforcing is clean and undamaged . Cut off other reinforcing 1 /2-inch below the surface and fill with epoxy resin binder flush with the surface. H . Prior to the execution of the work , the Contractor, Owner and Engineer shall jointly survey the condition of the adjoining and/or nearby structures. Photographs and records CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 41 16 -2 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES AND EQUIPMENT shall be made of any prior settlement or cracking of structures, pavements, and the like, that may become the subject of possible damage claims. 3.02 PROTECTION A. Demolition and removal work shall be performed by competent experienced workmen for the various type of demolition and removal work and shall be carried out through to completion with due regard to the safety of Owner employees, workmen on-site and the public. The work shall be performed with as little nuisance as possible. B. The work shall comply with the applicable provisions and recommendation of OSHA all governing codes, and as hereinafter specified. C . The Contractor shall make such investigations, explorations, and probes as are necessary to ascertain any required protective measures before proceeding with demolition and removal. The Contractor shall give particular attention to shoring and bracing requirements to prevent any damage to new or existing construction. D . The Contractor shall provide , erect, and maintain catch platforms, lights, barriers, weather protection, warning signs and other items as required for proper protection of the public, occupants of the building, workmen engaged in demolition operations, and adjacent construction . E . The Contractor shall provide and maintain weather protection at exterior openings to fully protect the interior premises against damage from the elements until such openings are closed by new construction. F. The Contractor shall provide and maintain temporary protection of the existing structure designated to remain where demolition, removal and new work is being done, connections made , materials handled, or equipment moved. G . The Contractor shall take necessary precautions to prevent dust from rising by wetting demolished masonry, concrete, plaster, and similar debris. Unaltered portions of the existing buildings affected by the operations under this Section shall be protected by dust-proof partitions and other adequate means. H. The Contractor shall provide adequate fire protection in accordance with local Fire Department requirements. I. The Contractor shall not close or obstruct walkways , passageways, or stairways and shall not store or place materials in passageways, stairs , or other means of egress. The Contractor shall conduct operations with minimum traffic interference. J . The Contractor shall be responsible for any damage to the existing structure or contents by reason of the insufficiency of protection provided. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 41 16 -3 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES AND EQUIPMENT 3.03 WORKMANSHIP A. The demolition and removal work shall be performed as described in the Contract Documents. The work required shall be done with care, and shall include all required shoring, bracing, etc. The Contractor shall be responsible for any damage which may be caused by demolition and removal work to any part or parts of existing structures or items designated for reuse or to remain. The Contractor shall perform patching, restoration , and new work in accordance with applicable Technical Sections of the Specifications and in accordance with the details shown on the Drawings. Prior to starting of work, the Contractor shall provide a detailed description of methods and equipment to be used for each operation and the sequence thereof for review by the Engineer. B. All supports, pedestals and anchors shall be removed with the equipment and piping unless otherwise specified or required. Concrete bases, anchor bolts and other supports shall be removed to approximately 1-inch below the surrounding finished area and the recesses shall be patched to match the adjacent areas. Superstructure wall and roof openings shall be closed, and damaged surfaces shall be patched to match the adjacent areas, as specified under applicable Sections of these Specifications, as shown on the Drawings, or as directed by the Engineer. Wall sleeves and castings shall be plugged or blanked off, all openings in concrete shall be closed in a manner meeting the requirements of the appropriate Sections of these Specifications, as shown on the Drawings, and as directed and approved by the Engineer. C. Materials or items designated to remain the property of the Owner shall be as hereinafter tabulated . Such items shall be removed with care and stored at a location at the site to be designated by the Owner. D. Where equipment is shown or specified to be removed and relocated, the Contractor shall not proceed with removal of this equipment without specific prior approval of the Engineer. Upon approval, and prior to commencing removal operations, the equipment shall be operated in the presence of representatives of the Contractor, Owner and Engineer. Such items shall be removed with care, under the supervision of the trade responsible for reinstallation and protected and stored until required. Material or items damaged during removal shall be replaced with similar new material or item. Any equipment that is removed without proper authorization and is required for plant operation shall be replaced at no cost to the Owner. E. Wherever piping is to be removed for disposition , the piping shall be drained by the Contractor and adjacent pipe and headers that are to remain in service shall be blanked off or plugged and then anchored in an approved manner. F. Materials or items demolished and not designated to become the property of the Owner or to be reinstalled shall become the property of the Contractor and shall be removed from the property and legally disposed of. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF, DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 41 16 -4 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES AND EQUIPMENT G . The Contractor shall execute the work in a careful and orderly manner, with the least possible disturbance to the public and to the occupants of the building . H . In general , masonry shall be demolished in small sections , and where necessary to prevent collapse of any construction , the Contractor shall install temporary shores , struts , and bracing . I. Where alterations occur, or new and old work join , the Contractor shall cut, remove , patch , repair or refinish the adjacent surfaces to the extent required by the construction conditions , to leave the altered work in as good a condition as existed prior to the start of the work. The materials and workmanship employed in the alterations , unless otherwise shown on the Drawing or specified , shall comply with that of the various respective trades which normally perform the items of work . J. The Contractor shall finish adjacent existing surfaces to new work to match the specified finish for new work. The Contractor shall clean existing surfaces of dirt, grease, loose pa int, etc., before refinishing . K . The Contractor shall cut out embedded anchorage and attachment items as required to properly provide for patching and repair of the respective finishes . L. The Contractor shall confine cutting of existing roof areas designated to remain to the limits required for the proper installation of the new work. The Contractor shall cut and remove insulation , etc., and provide temporary weather t ight protection as required until new roofing and flashings are installed . M. The Contractor shall remove temporary work, such as enclosures , signs , guards , and the like when such temporary work is no longer required or when directed at the completion of the work . 3.04 MAINTENANCE A. The Contractor shall maintain the buildings , structures , and public properties free from accumulations of waste , debris , and rubbish , caused by the demolition and removal operations . B. The Contractor shall provide on-site dump containers for collection of waste materials , debris , and rubbish , and shall wet down dry materials to lay down and prevent blowing dust. C . At reasonable intervals during the progress of the demolition and removal work or as directed by the Engineer, the Contractor shall clean the site and properties , and dispose of waste materials , debris , and rubbish. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 4 1 16 -5 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES AND EQUIPMENT 3.05 EQUIPMENT AND MATERIALS RETAINED BY OWNER A. All debris resulting from the demolition and removal work shall be disposed of by the Contractor as part of the work of this Contract. Material designated by the Engineer to be salvaged shall be stored on the construction site as directed . All other material shall be disposed of off-site by the Contractor at his expense . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 41 16 -6 DEMOLITION AND REMOVAL OF EXISTING STRUCTURES AND EQUIPMENT PART 1 -GENERAL 1.01 DESCRIPTION A. Scope SECTION 02 50 00 ASBESTOS REMOVAL 1. Contractor shall provide all labor, equipment, tools, materials, notifications , and permits required to test for, remove and dispose of asbestos-containing materials (ACM) as required to complete the Work. The Work includes: a. Sample collection, testing, analysis , and reporting of ACM. b. Removal and disposal of ACM . 2. This Section describes procedures and equipment required to protect workers and occupants of the work area from contact with airborne asbestos fibers and ACM dust and debris. The Work also includes the disposal of generated ACM wastes. The Contractor/Subcontractor shall submit more specific operational procedures to perform the Work in the required Asbestos Hazard Abatement Plan (AHAP) as specified in paragraph 1.05.B. of this Section . 1.02 ASBESTOS CONTAINING MATERIALS LOCATIONS A. Contractor shall perform sampling on material being demolished and disposed as required to verify and perform demolition in accordance in compliance with all federal , state, and local laws. 1. Areas assumed to contain asbestos are contained within the report in Appendix C. B. Sample collection, testing, analysis and reporting shall be performed by a laboratory certified by the State of Texas for ACM testing. C. The limits of demolition are shown on the Drawings . 1.03 REFERENCES A. Reference Standards: Comply with applicable provisions and recommendations of the following, except where otherwise shown or specified. Where updated or new standards are available they shall supersede the standards listed herein. 1. ANSI Z88.2-Practices for Respiratory Protection . 2. ANSI Z9 .2 -Fundamentals Governing the Design and Operation of Local Exhaust Ventilation Systems. FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 02 50 00 -1 ASBESTOS REMEDIATION ADDENDUM NO . 1 3. ASTM D 4397 -Specification for Polyethylene Sheeting for Construction, Industrial , and Agricultural Applications. 4. ASTM E 84 -Test Method for Surface Burning Characteristics of Building Materials . 5. ASTM E 119 -Test Methods for Fire Tests of Building Construction and Materials. 6. ASTM E 1368 -Practice for Visual Inspection of Asbestos Abatement Projects . 7. 29 CFR Part 1910 -Occupational Safety and Health Standards . 8. 29 CFR Part 1926 -Safety and Health Regulations for Construction. 9. 40 CFR Part 61 -National Emissions Standards for Hazardous Air Pollutants . 10 . 40 CFR Part 763 -Asbestos. 11. 49 CFR Parts 106-Transportation Standards 107,171 to 180 . 12. EPA 340/1 90 018 -Asbestos/NESHAP Regulated Asbestos Containing Materials Guidance . 13. EPA 340/1 90 019 -Asbestos/NESHAP Adequately Wet Guidance . 14. EPA 560/5 85 024 -Guidance for Controlling Asbestos Containing Materials in Building . 15 . NFPA 10 -Portable Fire Extinguishers. 16 . NFPA 70 -National Electrical Code . 17 . NFPA 90A -Installation of Air Conditioning and Ventilat ing Systems . 18 . NFPA 101 -Safety to Life from Fire in Buildings and Structures . 19. NFPA 701 -Methods of Fire Test for Flame Resistant Textiles and Films . 20 . NIOSH Pub No . 84 100 -NIOSH Manual of Analytical Methods. 21 . UL 586 -High Efficiency, Particulate , Air Filter Units. 22 . RCSA 19a-332a -Standards for Asbestos Abatement. 23. RCSA 20-440 -Licensure and Training Requirements for Persons Engaged in Asbestos Abatement and Consultation Service. 24 . State of Texas Laws and Regulations . FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01/2022 02 50 00 -2 ASBESTOS REMEDIATION ADDENDUM NO . 1 1.04 DEFINITIONS A. Adequately Wet: A term as defined in 40 CFR Part 61, Subpart M and EPA 340/1 90 019 that means to sufficiently mix or penetrate with liquid to prevent the release of particulates . If v isible em issions are observed coming from asbestos containing material (ACM), then that material has not been adequately wetted . However, the absence of visible emissions is not sufficient evidence of being adequately wetted . B. Amended Water: Water conta ining a wetting agent or surfactant with a surface tension of at least 29 dynes per square centimeter when tested in accordance with ASTM D 1331 . C . Asbestos : Asbestos includes chrysotile , amosite , crocidolite , tremolite asbestos , anthophyllite asbestos , actinolite asbestos, and any of these minerals that has been chemically treated and/or altered. D. Asbestos Containing Material (ACM): Any material containing more than 1 percent asbestos as determined using the method specified in 40 CFR Part 763 , Appendix A , Subpart F, Section 1, Polarized Light Microscopy . E. Asbestos Hazard Abatement Plan (AHAP): A detailed plan of the response actions to be taken , ACM items to be abated , method of abatement for each abatement work task and the control procedures to be used in the abatement of the ACM . F . Certified Industrial Hygienist (CIH): One certified in the comprehensive practice of industrial hyg iene by the American Board of Industrial Hygiene. G. Class I Asbestos Work : Activities involving the removal of therma l systems insulation , surfacing ACM and PACM . H. Class II Asbestos Work: Means activities involving the removal of ACM , which is not thermal system insulation or surfacing material. This includes but is not limited the removal of asbestos-containing wallboard , floor tile and sheeting , roofing and siding shingles , and construction mastics . I. Class Ill Asbestos Work: Means repair and maintenance operations, where "ACM ", includ ing TSI and surfacing ACM and PACM , may be disturbed . J . Class IV Asbestos Work : Means maintenance and custodial activities during which employees contact but do not disturb ACM and PACM and activities to clean up dust, waste and debris resulting from Class I, II , and Ill. K. Competent Person : In addition to the definition in 29 CFR 1926 .32(f), one who is capable of identifying existing asbestos hazards in the workplace and selecting the appropriate control strategy for asbestos exposure , who has the authority to take prompt corrective measures to eliminate them , as specified in 29 CFR 1926.32(f). In addition , for Class I and C lass II work, one who is specially trained in a training course that meets the criteria of EPA's Model Accreditation Plan (40 CFR 763) for supervisor, or its equivalent; for Class II roofing work who is specially trained in a comprehensive course for the roofing trade that has been conducted by an EPA or state approved trainer , certified by the EPA or MDCIS ; and for Class II and IV work , who is trained in an operations and maintenance (O&M) course developed by EPA 40 CFR 763 .92 (a)(2). FWW V ILLAGE CREEK WRF DIGESTER M IX ING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 02 50 00 -3 ASBESTOS REMEDIAT ION ADDENDUM NO . 1 L. Friable ACM : A term as defined in CFR 40 Part 61 , Subpart M and EPA 340/1 90 018 that means any ACM material that, when dry, can be crumbled , pulverized , or reduced to powder by hand pressure . M. High Efficiency Particulate Air (HEPA) Filter: A filter capable of trapping and retaining at least 99.97 percent of all mono dispersed particles of 0.3 micrometers in diameter (a .k.a., P-100 filter). N. Negative Pressure Enclosure (NPE): An asbestos abatement regu lated area in which crit ical barriers , polyethylene sheeting walls and floor are installed and sealed air-tight. A minimum pressure differential of minus 0 .02 inches of water column relative to adjacent unsealed areas and four air charges per hour is to be maintained within the area continuously 24 hours per day. 0 . Non-Friable ACM : A term as defined in CFR 40 Part 61 , Subpart M and EPA 340/1 90 018 that means asbestos-containing packings, gaskets , resilient floor covering , and asphalt roofing products. P. Non-Friable ACM Category I: A term as defined in CFR 40 Part 61 , Subpart Mand EPA 340 /1 90 018 that means any ACM material , excluding Category 1 non -friable ACM that, when dry, cannot be crumbled , pulverized , or reduced to powder by hand pressure . Q . PACM : "Presumed ACM " wh ich is thermal system insulation and surfacing material found in buildings constructed no later than 1980 . The designation of a material as "PACM " may be rebutted pursuant to paragraph (k)(4) of section 1926.1101 . R. Project Monitor: Agent who is licensed as an asbestos proj ect monitor by the State of Texas. S. Regulated Area : An area establ ished by the employer to demarcate areas where Class I, II , and Ill asbestos work is conducted , and any adjoining area where debris and waste from such asbestos work accumulate ; and a work area within which airborne concentrations of asbestos , exceed or there is a reasonable possibility they may exceed the permissible exposure limit. Requirements for regulated areas are set out in paragraph (e) (6) of 29 CFR 1926.1101. T . Thermal System Insulation (TSI): ACM applied to pipes , fittings , bo ilers , breaching , tanks , ducts or other structural components to prevent heat loss or gain . Thermal system insulation ACM is thermal system insulation which contains more than 1 % asbestos. 1.05 SUBMITTALS A. Asbestos testing, analysis , and report performed by a laboratory certified by the State of Texas as required to perform work and disposal of materials . B . Shop Drawings , product data , and brochures shall be submitted for all items to be furn ished in accordance with the appl icable provisions . FWW VIL LA GE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12 /01 /2 02 2 02 50 00 -4 ASBESTOS REMEDIATION ADDENDUM NO . 1 C. An Asbestos Hazard Abatement Plan (AHAP) shall be submitted by the Contractor a minimum of 10 days prior to the start of asbestos abatement work at the s ite . This plan shall include a detailed plan of the response actions to be taken , ACM items to be abated and method of abatement for each abatement work task and the control procedures to be used in the abatement of the ACM . The AHAP shall be prepared by , signed and sealed including certification number and dated by the Contractor's CIH or Competent Person. The AHAP shall include , but not be limited to , a detailed personal air monitoring plan , personal protective equipment to be used , the location of asbestos regulated work areas , including clean and dirty areas , access tunnels, decontamination unit (clean room , shower room , equipment room , storage areas such as load-out unit), abatement method , anticipated airborne asbestos fiber concentrations for each type of abatement method , interface of trades involved in the construction , sequencing of asbestos related work , disposal procedures and plan , type of wetting agent and asbestos encapsulant to be used , planned air monitoring strategies , and a detailed description of the method to be employed in order to control the spread of ACM wastes and airborne fiber concentrations. The AHAP shall also include both fire and medical emergency response procedures and the specific security procedures to be used for all asbestos regulated work areas. The Contractor shall not begin work in areas contain ing ACM until the Owner has accepted the AHAP in writing . 1. Site Layout Drawings: Detailed project drawings showing site layout to include work site boundaries , work s ite control methods , location of decontam ination units , temporary was te storage facility, location of temporary utilities , water supply and portable temporary toilets , and location of temporary electrical panel with Ground- Fault Circuit Interrupters (GFCls). 2. Qualifications : A written qualifications and organization report providing evidence of qualifications of the Contractor, Contractor's on-site supervisor (Competent Person), Contractor workers, all Subcontractors (to include disposal transportat ion and disposal facility firms), Subcontractor supervisors , Subcontractor workers , independent CIH, and independent testing laboratory to perform asbestos abatement activities as required herein . The report shall specify the Contractor's staff organization to include Subcontractors , CIH , Competent Person , Project Monitor and testing laboratory firms and certify that all firms and personnel invo lved in the asbestos abatement project fully understand the contents of 29 CFR Part 1926 , 40 CFR Part 61, Subparts M, and the Federal , state and local requirements. The Contractor's qualification report shall contain information required below : a. Evidence that Contractor's full-time , on-site supervisor is designated as , and is qualified to be a "Competent Person " in accordance with 29 CFR Part 1926 and is experienced in the administration and supervision of asbestos abatement project, including work practices , abatement methods , protective measures for personnel , inspection of asbestos abatement work areas , ACM generated waste containment and disposal procedures , decontamination units installation and maintenance requirements , site safety and health requirements . This designated "Competent Person " on- site supervisor shall be responsible for compliance with appl icable Federal , state and local requirements, and have a minimum of 2 years of on-the-j ob asbestos abatement supervisory experience , and be licensed by the State of Texas as an asbestos abatement supervisor. FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01/202 2 02 50 00-5 ASBESTOS REMEDIATION ADDENDUM NO . 1 b . Evidence that the laboratory performing asbestos bulk sample and air sample collection, testing, analysis, and reporting is certified by the State of Texas. c. The name, address and telephone number of each independent testing laboratory selected to perform the sample analyses and report the results of the Contractor's personal air samples. The testing laboratory shall be completely independent from the Contractor as recognized by Federal, state or local regulations. For each laboratory selected to conduct phase contrast microscopy (PCM) and/or transmission electron microscopy (TEM) of airborne samples using the methods specified by 29 CFR Part 1926 and NIOSH Pub No.84-100 Method 7400 as required by CFR 40 Part 61, Subpart M and/or USEPA (AHERA) method specified in 40 CFR 763, Subpart E, Appendix A , written verification of the following criteria, signed by the Testing Laboratory principal and the Contractor shall be submitted: 1) 2) 3) 4) CONFORMED , 12/01 /2022 The laboratory is currently judged proficient in counting airborne asbestos samples by PCM and/or TEM by successful participation within the past year in the American Industrial Hygiene Association (AIHA) Proficiency Analytical Testing (PAT) Program. The name of each selected microscopist who will analyze airborne samples by PCM and/or TEM with substantiating verification that such person possesses the demonstrated proficiency to conduct PCM and/or TEM analysis by; being judged proficient in counting samples as a current participating analyst in the AIHA PAT Program, and having successfully completed the Asbestos Sampling and Analysis course (NIOSH 582 or equivalent; a copy of course completion certificate is required). When the PCM analysis is to be conducted on site, written documentation shall be provided certifying that the on-site analyst meets the same requirements . The laboratory is fully equipped, and each analyst possesses demonstrated proficiency to confirm NIOSH Pub No. 84-100 Method 7400 PCM sample analyses results from the same filter by conducting NIOSH Pub No. 84-100 Method 7402 TEM analyses . The laboratory is fully equipped to conduct polarized light microscopy (PLM) analysis of suspect ACM bulk samples in accordance with CFR 40 Part 61, Subpart M and the laboratory is currently accredited by the National Institute for Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) for bulk asbestos analysis will use analysts (provide names) with demonstrated proficiency to conduct PLM to include its application to the identification and quantification of asbestos content. FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS 02 50 00-6 ASBESTOS REMEDIATION ADDENDUM NO . 1 d. Designated CIH Qualifications: The name , address and telephone number of the CIH , or Competent Person selected to prepare the AHAP , perform train ing , direct personal air monitoring and assist the Contractor's Competent Person supervisor in implementing and ensuring safety and health requirements are complied with during the performance of all required work. The CIH shall be a person who is board certified in comprehensive practice as determined and documented by the American Board of Industrial Hyg iene (ABIH), and has a minimum of 2 years of comprehensive experience in planning and overseeing asbestos abatement activities . The CIH and Project Monitor shall be completely independent from the Contractor and shall not be an employee of the Contractor or be an employee or principal of a firm recognized by federal, state , or local regulations that would constitute a business relationship that would not be considered independent. A copy of the CIH's current valid ABIH certificate shall be included . The designated CIH ·shall prepare and the Contractor shall submit the name , address and telephone number of additional CIHs who will be assisting the designated CIH in performing necessary on-site tasks . e. Landfill and Transporter Qualifications: Written evidence that the landfill for disposa l is approved for asbestos disposal by the USEPA, state and local regulatory agencies . Copies of signed agreement between the Contractor, and each Subcontractor to include transporters and the asbestos waste disposal facility to accept and dispose of all asbestos conta ining waste generated during the performance of this contract. f . Employee Training and Certification of Worker Acknowledgment: The following training documentation for each employee to be engaged in the abatement work who will be potentially exposed to asbestos as determined by their direct handling of the material, entrance into an asbestos regulated work area , or airborne exposure in excess of 0.1 fibers per cubic centimeter (flee) of air measured as an 8-hour time-weighted average (TWA): 1) Copy of certification of accreditation for completion of "workers " course (for workers) or "Contractor/Supervisor Course " (for Contractor's on-site supervisory staff) meeting the requirements of EPA 's CFR 40 Part 763 or more stringent state criteria , and all subsequent annual refresher training certificates meeting same requirements . 2) A copy of the Certifica te of Workers Acknowledgment shall be completed for each employee . g. Training Material : A copy of the written project site-specific training material prepared to comply with 29 CFR Part 1926, Section 1926 .1101 that will be used to train all on-site employees . This training document shall be signed by the Contractor 's CIH and/or Competent Person supervisor. h. Certification of Medical Requirements : For each worker, a written medical op inion prepared and signed by a licensed physician indicating the following : FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /20 22 02 50 00 -7 ASBESTOS REMEDIATION ADDENDUM NO. 1 1) The name of the employee . 2) Physician 's written opinions , including approval to wear a respirator during work activities . D. Materials and Equipment: The Contractor shall submit all manufacturers ' catalog data for all materials and equipment to be used in the Work, including brand name , model, capacity, performance characteristics and any other pertinent information. This submittal shall include Material Safety Data Sheets (MSDS) for all chemicals to be used onsite in the same format as implemented in the Contractor's Hazard Communication Program. Include manufacturer's certifications showing compliance with ANSI Z9.2 for vacuums , water filtration equipment and other equipment required to contain airborne asbestos fibers. E . Air Sampling Results: Personal air sample fiber counting shall be completed and results provided to the Owner within 24 hours after completion of a sampling period . The Owner shall be notified immediately of any airborne levels of asbestos fibers in excess of established requirements . Written sampling results shall be provided within 5 working days of the date of collection. The written results shall be signed by testing laboratory analyst, testing laboratory principal , and/or the Contractor's CIH or Project Monitor. The air sampling results shall be documented on a Contractor's daily air monitoring log . The daily air monitoring log shall contain the following information for each sample: date sample collected, date sample analyzed , sample number, sample type, sample period (start time , stop time), sampling pump manufacturer model and serial number, average flow rate (liters per minute (Umin)), total air volume sampled (liters (L)), results (fibers per cubic centimeter (flee)) and location/activity/name where sample collected. In addition, the daily log shall identify the calibration method used to ca librate the sampling pumps, the name and location of the laboratory conducting the sample analyses , print name, signature , and date block for the CIH or Project Monitor who conducted the sampling and the review verifying the accuracy of the information . F. Asbestos Waste Shipment: Final completed copies of the Waste Shipment Record for all shipments of waste material as specified in 40 CFR Part 61 , Subpart M and other required state waste manifest shipment records as specified herein . Detailed information of all asbestos waste disposal on the "MANDATORY WASTE SHIPMENT RECORD" fo r m in accordance with revised 40 CFR Part 61 , Subpart M . Such completed forms signed and dated by the agent of the landfill shall be submitted within 3 days after date of delivery of ACM to the landfill. 1.06 SECURITY A. A log book shall be kept documenting entry into and out of the asbestos regulated work area. Entry into asbestos regulated work areas shall only be by personnel authorized by the Contractor and the Owner. Personnel authorized to enter asbestos regulated work areas shall be trained, medically evaluated and wear the personal protective equipment , as required by 29 CFR 1926.1101 and th is specification , for the specific asbestos regulated work area to be entered . FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 02 50 00 -8 ASBESTOS REMEDIATION ADDENDUM NO . 1 1.07 MEDICAL REQUIREMENTS A. Medical requirements shall conform to 29 CFR Part 1926, Section 1926.1101 (asbestos) and Part 1910 , Section 1910 .120 (Hazardous Waste Operations). B . Med ical Examinations: Before entering the site , all asbestos abatement personnel shall have successfully completed a comprehensive medical examination as required by 29 CFR Sections 1926 .1101 and 1910 .120 and other pertinent state or local requirements . C . Med ical and Exposure Reco rds : Complete and accurate records shall be ma intained of each employee's medical examinations , medical records and exposure data as required by 29 CFR, Section 1926 .1101 for a period of 30 years after termination of employment. The Contractor may utilize the services of competent organizations such as industry trade associations and employee associations to maintain the records required by this specification . A copy of the required medical certification for each employee shall be maintained on file at the work site for review as requested by the Owner. 1.08 TRAINING A . With in one (1) year prior to ass ignment and commencement of Work on this asbestos abatement project, each worker directly involved in handling ACM and ACM generated wastes includ ing packaging and transporting such wastes for disposal , shall have successfully completed a course of asbestos training as required by the State of Texas under RCSA 20-440 , and U. S. Environmental Protection Agency's (EPA) revised Asbestos Model Accreditation Plan (MAP), as mandated by the Asbestos School Hazard Abatement Reauthorization Act (ASHARA). All persons involved in the project shall be currently cert ified by the State of Texas . In addition , prior to the commencement of Work , each worker shall be instructed by the Contractor's CIH and onsite "Competent Person" supervisor in the following project specific training : The hazards and health effects of the specific types of ACM to be abated ; the content and requirements of the Asbestos Hazard Abatement Plan ; work practices ; the use requirements and limitations of the personal protective clothing , equipment , and respirators to be used ; hands on training for each asbestos abatement technique to be employed ; heat and/or cold stress monitoring specific to this Project; personal hygiene and housekeeping requirements ; air monitoring procedures ; and all additional requirements of 29 CFR Part 1926, Section 1926.1101. B . Contractor shall maintain all employee train ing records for one year beyond the last date of employee 's employment by that Contractor. The Contractor may utilize the services of competent organizat ions such as industry trade associations and employee associations to maintain the records required by this specification . A copy of the required training records and fit test certificates for each emp loyee shall be maintained on file at the work site for review as requested by the Owner. C. If PCB and/or lead-based paint containing materials are also present, the workers shall be required to also have PCB and lead-based paint licensing/training as specified in Section 02084 and 02083 , respect ively. FWW VILLAGE CREEK WRF DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01/202 2 02 50 00 -9 ASBESTOS REMEDIATION ADDENDUM NO . 1 1.09 SAFETY AND HEAL TH COMPLIANCE A In addition to the requirements of this specification, the Work shall comply with applicable laws, ordinances, criteria, rules, and regulations of Federal, state, regional, and local authorities regarding handling, storing , transporting , and d isposing of asbestos waste materials and with the applicable requirements of 29 CFR Part 1910, 29 CFR Part 1926, 40 CFR Part 61 , Subpart A, and 40 CFR Part 61, Subpart M, NFPA 10, NFPA 70E , NFPA 90A, NFPA 101 . All work shall be conducted in accordance with applicable State and local regulations . Matters of interpretation of standards shall be submitted to the appropriate administrative agency for resolution before starting Work. Where the requirements of this specification , applicable laws , rules , criteria , ordinances , regulations, and referenced documents vary, the most stringent requirement as defined by the Owner shall apply. 1.10 COMPETENT PERSON A. The Contractor shall designate a Competent Person, having the qualifications and authorities for ensuring worker safety and health required by Subpart C, General Safety and Health Provisions for Construction (29 CFR 1926.20 through 1926.32). The Competent Person shall conduct frequent and regular inspections of the job sites, materials , and equipment as required by 29 CFR Part 1926, Section 1926 .20 and as described below. B. The Competent Person shall perform or supervise the following duties , as applicable: 1. Set up the regulated area , enclosure , or other containment. 2 . Supervise all employee exposure monitoring. 3. Ensure that employees working within the regulated area wear protective clothing and respiratory protection. 4. Ensure through on site supervision , that employees use work practices and personal protective equipment in compliance with all requirements . 5. Ensure that employees use the hygiene facilities and observe the decontamination procedures. C . The Competent Person shall be trained in all aspects of asbestos removal and handling, including: Abatement, installation, removal and handling; the contents of this standard; the identification of asbestos; removal procedures , where appropriate; and other practices for reducing the hazard. Such training shall be obtained in a comprehensive course for supervisors, such as a course conducted by an EPA or state approved training provider, certified by the EPA or a state , or a course equivalent in stringency, content, and length. 1.11 PERSONAL AIR SAMPLING A. Personal air sampling shall be conducted as described in Paragraph 3 .13 by the CIH or the Project Monitor. FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01/2022 02 50 00 -10 ASBESTOS REMEDIATION ADDENDUM NO . 1 1.12 PERMITS, LICENSES AND NOTIFICATIONS A. Necessary permits and licenses shall be obtained in conjunction with the project asbestos abatement, transportation and disposal actions and timely notification furnished of such actions required by Federal, State, regional, and local authorities and as otherwise specified herein . The Contractor/Subcontractor shall advise appropriate Federal, State and Local Authorities in writing at least 10 working days prior to the commencement of work in accordance with CFR 40 Part 61, Subpart M, state and local requirements . This work shall include the mandatory "Notification of Intent to Renovate/Demolish" form and other required notification documents. Copies of all asbestos remediation notifications must be submitted to the Engineer and the Owner's Environment, Health & Safety (EH&S) Department. PART 2 -PRODUCTS 2.01 GENERAL A. All materials or equipment delivered to the site shall be unloaded, temporarily stored, and transferred to the work area in a manner that shall not interfere with operation of others at the facility , or employee's access and safety . B. Damaged or deteriorated materials shall not be used and shall be promptly removed from the premises. Materials that become contaminated with asbestos-containing material shall be thoroughly cleaned, or sealed in plastic bags or sheeting, labeled, and legally disposed of in an approved , secure landfill. C. All materials and equipment shall comply, at a minimum, with all sections of this specification , relevant federal , state , and applicable local codes , and industry standards. 2.02 PERSONAL PROTECTIVE EQUIPMENT A. Contractor workers shall be provided with personal protective clothing and equipment as specified herein and the Contractor shall ensure that it is worn properly . The Contractor's CIH and/or designated Competent Person supervisor shall select and approve all the requ ired personal protective clothing and equipment to be used . B. Respirators : Respirators shall be selected and used in accordance with manufacturers recommendations, 29 CFR Part 1926, Section 1926.1101 , and shall be approved by the Mine Safety and Health Administration and the National Institute for Occupational Safety and Health (MSHA/NIOSH) for use in environments containing airborne asbestos fibers. Personnel who handle ACM, enter asbestos regulated work areas that require the wearing of a respirator, or who are otherwise carrying out abatement activities that require the wearing of a respirator, shall be provided with approved respirators that are fully protective of the worker at the measured or anticipated airborne asbestos concentration level to be encountered . For air purifying respirators, the particulate filter portion of the cartridges or canister approved for use in airborne asbestos environments shall be Type H, high efficiency particulate air (HEPA). As a minimum a powered-air purifying respirator (PAPR) equipped with HEPA cartridges shall be worn during the startup of abatement activities, unless otherwise approved in writing by the CIH . The upgrading or downgrading of FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01/2022 02 50 00 -11 ASBESTOS REMEDIATION ADDENDUM NO . 1 respirator type , from the minimum requirements specified for start-up , shall be made by the Contractor's CIH or Competent Person based on the measured or anticipated airborne asbestos fiber concentrations to be encountered . Respiratory protection shall comply with 29 CFR Part 1910.134. A qualitative or quantitative fit test conforming to 29 CFR 1910 .134 shall be conducted by the Contractor's competent person or CIH for each worker required to wear a respirator. A respirator fit test shall be performed for each worker prior to initially wearing a respirator on this project and annually thereafter. If physical changes in a worker develop that will affect the fit , or a new size , make , or model of respirator is used , a new fit test shall be performed . Functional fit checks shall be performed by employees each time a respirator is put on and in accordance with the manufacturer's recommendation. C. Whole Body Protection: Personnel exposed to asbestos shall be provided with whole body protection as specified here in and such protection shall be worn properly . The Contractor's CIH and/or Competent Person supervisor shall select and approve the whole body protection to be used. Disposable whole body protection shall be disposed of as asbestos contaminated waste upon exiting from the asbestos regulated work area . Reusable whole body protection worn shall be e ither disposed of as asbestos contaminated waste upon exiting from the asbestos regulated work area or be properly laundered in accordance with 29 CFR Part 1926 and the approved AHAP . Asbestos abatement whole body protection shall not be removed from the work site . 1. Coveralls : Disposable Zippered front coveralls with attached head and foot coverings , shall be provided. Sleeves shall be secured at the wrists. 2. Gloves : Disposable plastic or rubber gloves shall be provided to protect hands. Cloth gloves may be worn inside the plastic or rubber gloves for comfort, but shall not be used alone. Where there is the potential for hand injuries (i.e ., scrapes , punctures , cuts) a suitable outer glove shall be provided and used . 3 . Work Clothing : An additional coverall shall be provided when the abatement and control method employed does not provide for the exit from the asbestos regulated work area directly into an attached decontamination unit. Cloth work clothes shall be provided for wear under the protective coverall and foot coverings when work is being conducted in low temperature conditions. Cloth work clothes shall be either disposed of as asbestos contaminated material or properly laundered in accordance w ith 29 CFR Part 1926 and as specified in the approved AHAP . 4 . Foot Coverings : Cloth socks shall be provided and worn next to the skin. If rubber boots are not used , foot wear and d isposable foot coverings shall be provided . Rubber boots shall be used in moist or wet areas . Only rubber boots shall be removed from the asbestos regulated work area after being thoroughly decontaminated . All other protective foot covering shall be disposed of as ACM. 5. Head Covering: Hood type disposable head covering shall be provided . In addition , protective head gear (hard hats) shall be worn. Hard hats shall only be removed from the asbestos regulated work area after being thoroughly decontaminated . FWW VILLAGE CREEK WRF DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 02 50 00 -12 ASBESTOS REMEDIATION ADDENDUM NO . 1 6 . Protective Eye Wear: Contact lenses shall not be worn in asbestos regulated work areas. When vision correction is necessary to perform the work task, prescription safety eye wear shall be used . Safety glasses shall be worn by personnel engaged in asbestos abatement activities in the asbestos regulated work area when the use of a full face piece respirator is not required . Eye protection provided shall be in accordance with ANSI 287.1 . Eye wear shall only be removed from the asbestos regulated work area after being thoroughly decontaminated. 7. Other Items: All other items of whole body protection shall be provided as required and approved by the Contractor's CIH or Competent Person . 2.03 DECONTAMINATION A. A temporary decontamination unit shall be provided for all Class I abatement activities in which greater than 25 linear feet or 10 square feet are removed from a regulated area . Decontamination units shall be adjacent and contiguous with the regulated area . Remote decontamination units may be used only if adjacent decontamination units are not feasible. Utilization of prefabricated units or remote units shall be reviewed by the Contractor's CIH or Project Monitor and the Professional will make final review/approval. All remote decontamination systems shall be in accordance with RCSA 19a-332a-6(c) and (d). Decontamination unit shall be attached in a leak tight manner to each asbestos regulated work area. The decontamination unit shall have a separate equipment locker room and a clean locker room with a shower in between (complying with 29 CFR Part 1910.141 and RCSA 19a-332a-6(a)). Upon exiting from the asbestos regulated work area to the equipment room, respirators shall be worn while asbestos contaminated protective clothing is HEPA vacuumed, removed, and placed in approved labeled containers for disposal. B. Workers shall shower before changing into street clothes . Used shower water shall be collected and filtered to remove asbestos contamination . Filters and residue shall be disposed of as asbestos contaminated material. Filtered water shall be discharged to the sanitary system after written approval from the applicable utility or trucked off site. Hot water service will be provided by the Contractor. The Contractor shall provide a minimum 150 liters (40 gallon) electric hot water heater with minimum recovery rate of 75 liters (20 gallons) per hour and a temperature controller for each showerhead. Instantaneous type in line water heater may be incorporated at each shower head in lieu of hot water heaters upon approval by the CIH or Project Monitor. Flow and temperature controls shall be located within the shower and be adjustable by the user. The wastewater pump shall be sized for 1.25 times the showerhead flow rate at a pressure head sufficient to satisfy the filter head loss and discharge line losses. The pump shall supply a minimum 1.6 liters per second (25 gallons per minute) flow with 11 m . (35 ft.) of pressure head. Wastewater filters shall be installed in series with the first stage pore size of 50 micrometer (microns) and the second stage pore size of 5 micrometer (microns). C . The floor of the decontamination unit's clean room shall be kept dry and clean at all times. Water from the shower shall not be allowed to wet the floor in the clean room. Surfaces of the clean room and shower shall be wet wiped two times after each shift change with a disinfectant solution. Proper housekeeping and hygiene requirements shall be maintained. Soap, shampoo, and clean towels shall be provided for showering, washing and drying in sufficient quantities to accommodate the number of abatement workers present. Any cloth towels provided shall be disposed of as ACM waste or be laundered FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 02 50 00 -13 ASBESTOS REMEDIATION ADDENDUM NO. 1 in accordance with 29 CFR Part 1926 and the approved AHAP. Surfaces of the equipment room shall be wet wiped two times after each shift change. Materials used for wet wiping shall be disposed of as asbestos contaminated waste . 2.04 WARNING SIGNS AND TAPE A. Contractor shall ensure that all personnel understand the warning signs . Warning signs and tape shall be provided at the regulated boundaries and ent rances to asbestos regulated work areas. Signs shall be located at a distance that personnel may read the sign and take the necessary protective steps required before entering the area . Warning signs shall conform to 29 CFR Part 1926 .58(k)(l)(ii). All warning signs shall be written in English and the predominant language spoken by the workers if English is not spoken . 2.05 WARNING LABELS A. Warning labels shall be affixed to all asbestos disposal containers used to contain asbestos materials , scrap , waste debris , and other products contaminated with asbestos . Containers with preprinted warning labels conforming to requirements specified herein are acceptable . Warning labels shall conform to 29 CFR Part 1926 and shall be of sufficient size to be clearly legible displaying the following legend : DANGER CONTAINS ASBESTOS FIBERS AVOID CREATING DUST CANCER AND LUNG DISEASE HAZARD BREATHING AIRBORNE ASBESTOS FIBERS IS HAZARDOUS TO YOUR HEALTH Transportation labels shall be affixed to all friable asbestos disposal containers used to contain asbestos materials , scrap , waste debris , and other products contaminated with friable asbestos and shall state : RQ, Asbestos, NA 2212, Class 9. Generator labels shall be affixed to all asbestos disposal containers used to contain asbestos materials , scrap , waste debris , and other products contaminated with asbestos . Generator labels shall include the name , address , and telephone number of the Owner/generator of the waste , and facility site identification information. 2.06 TOOLS AND LOCAL EXHAUST SYSTEM A. Vacuums shall be leak-proof to the filter, equipped with HEPA filters , be of sufficient capacity and provide the necessary capture velocity at the nozzle or nozzle attachment to efficiently collect , transport and retain the ACM waste material. Power tools shall not be used to remove ACM unless the tool is equipped with effective , integral HEPA filtered FWW V ILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 02 50 00 -14 ASBESTOS REMEDIATION ADDENDUM NO . 1 exhaust ventilation capture and collection system or has otherwise been approved for use by the Professional. All res idual asbestos shall be removed from reusable tools prior to storage and reuse . Reusable tools shall be thoroughly decontaminated prior to being removed from asbestos regulated work areas in accordance with RCSA 19a-332a-7(d) and (e). B. Provide a local exhaust system in negative pressure enclosures (NPE's). The local exhaust system shall be in accordance with ANSI Z9 .2. Air filtration devices shall have high efficiency particulate air (HEPA) filters. The number of air filtration devices must be sufficient to maintain a minimum pressure differential of minus 0.02 inch of water column relative to adjacent , unsealed areas and four air changes per hour. Provide continuous 24-hour per day monitoring of the pressure differential. Filters on vacuum and exhaust equipment shall conform to ANSI Z9.2 . Contractor shall open units to verify filter integrity at job start. Contractor shall use new flex duct for local exhaust system and one flex duct per HEPA unit. Contractor shall replace filters for air filtration devices in accordance with manufacturer's recommendations and in accordance with RCSA 19a-332a-7(f). All exhausted air must discharge outs ide the building . C . Contractor shall be respons ible for obtaining any and all licenses and paying all fees that are associated with ex isting patent(s) on asbestos exhaust systems. 2.07 RENTAL EQUIPMENT A. If rental equipment is to be used, written notification shall be provided to the rental agency, concerning the intended use of the equipment, the possibility of asbestos contamination of the equ ipment and the steps that will be taken to decontaminate such equipment. A written acceptance of the terms of the Contractor's notification shall be obta ined from the rental agency and a copy prov ided to the Owner. 2.08 EXPENDABLE SUPPLIES A. Glove Bag : Glove bags shall be provided as described in 29 CFR Part 1926. The glove bag assembly shall be prefabricated of 6 mil thick transparent polyethylene or polyvinyl chloride sheeting with prep rinted OSHA warn i ng label and shall typically be constructed of at least two inward projecting long sleeves and an internal pouch. The glove bag shall be constructed and installed in such a manner that it surrounds the object or material to be removed and contains all asbestos fibers released du ring the process . The glove bag shall have sufficient capac ity to hold removed materials and permit leak tight seal ing . B. Duct Tape : Industrial grade duct tape shall be provided in 2 inch and 3 inch widths and shall be suitable for bonding sheet plastic and disposal containers specified herein . C. Disposal Containers: Leak tight disposal conta iners shall be provided for ACM generated wastes as specified herein . Leak tight means that solids, liquids or dust cannot escape or sp i ll out. All disposal containers shall be either pre labeled or affixed w ith OSHA warning label as specified in 29 CFR Part 1926 . D. Disposa l Bags : 6 mil th ick or thicker leak tight pre labeled (OSHA warning label) bags shall be provided for placement of asbestos generated waste. FWW VILLAGE CREEK WRF DIGESTER MI X ING , FLARE , DOME IMPROVEMEN TS CONFORMED , 12/01 /20 22 02 50 00 -15 ASBESTOS REMEDIATION ADDENDUM NO . 1 E. Leak tight Wrapping : Two layers of 6 mil (minimum) thick polyethylene sheet stock shall be used for the containment of removed asbestos containing components or materials such as reactor vessels, large tanks, boilers, insulated pipe segments and other materials too large to be placed in disposal containers. Upon placement of the ACM component or material , each layer shall be individually leak tight sealed with duct tape . F. Fiberboard Drums: Fiberboard drums shall be provided if required by state or local requirements. G. Sheet Plastic: Sheet plastic shall be provided as specified herein and in the largest sheet size necessary to minimize seams , as indicated on the project drawings. 1. Six mil (minimum) thick polyethylene film shall be clear or frosted and conform to ASTM D 4397. 2. Polyethylene Sheet: Polyethylene sheet, 6 mil (minimum) thick shall be provided. H. Wetting Agents : 1. Amended Water: Amended water shall meet the requirements of ASTM D 1331. 2. Removal Encapsulant: Removal encapsulant (a penetrating encapsulant) shall be provided when conducting removal abatement activities that require a longer removal time or are subject to rapid evaporation of amended water. The removal encapsulant shall be capable of wetting the ACM and retarding fiber release during disturbance of the ACM equal to or greater than provided by amended water. 2.09 MATERIAL SAFETY DATA SHEETS (MSDS) A. MSDS shall be provided for all hazardous materials brought onto the work site . One copy shall be provided to the Owner and one copy shall be included in the Contractor's Hazard Communication Program . 2.10 OTHER ITEMS A. A sufficient quantity of other items shall be provided that may include, but not be limited to : scrapers, brushes, brooms, staple guns, tarpaulins , shovels, rubber squeegees, dust pans , other tools, scaffolding , staging , enclosed chutes, non-conductive ladders, lumber necessary for the construction of asbestos regulated containment work areas , UL approved temporary electrical equipment, material and cords, ground fault circuit interrupters (GFCls), water hoses of sufficient length , fire extinguishers, first aid kits , portable toilets , logbooks , log forms , markers with indelible ink, spray paint in bright color to mark areas and project boundary fencing . PART 3 -EXECUTION 3.01 GENERAL A . Asbestos abatement work shall be performed as specified herein and in accordance with RCSA 19a-332a-7 . Personnel shall wear and utilize protective clothing and equipment FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED, 12/01 /2022 02 50 00 -16 ASBESTOS REMEDIATION ADDENDUM NO . 1 as specified herein . Eating, smoking, drinking, or applying cosmetics shall not be permitted in the asbestos regulated work areas. All hot work (burning , cutting, welding) shall be conducted under strictly controlled conditions in conformance with 29 CFR Part 1926 . Personnel of other trades not engaged in asbestos abatement activities shall not be exposed at any time to airborne concentrations of asbestos unless all the administrative and personal protective provisions as required herein are complied with . If an asbestos spill occurs outside of the asbestos regulated work area, work shall be stopped and the Owner and Engineer shall be immediately notified. The condition shall be corrected to the satisfaction of the Owner, prior to resumption of Work . Contractor's CIH or Project Monitor shall conduct personal air sampling and shall complete perimeter, work area , and final clearance air sampling . The Contractor shall stop abatement work in an asbestos regulated work area immediately when the measured airborne total fiber concentration exceeds 0.01f/cc or the pre-abatement concentration, whichever is greater, outside the asbestos regulated work area . The Contractor shall correct the condition to the satisfaction of the Contractor's CIH and/or Project Monitor at no cost to the Owner. Work resumption will only be allowed upon notification by the Project Monitor. Contractor shall document corrective actions. 3.02 ASBESTOS SAMPLING AND ANALYSIS A. Asbestos testing, analysis, and reporting shall be performed by a laboratory certified by the State of Texas . All asbestos bulk sample collection must be performed by a Texas- licensed asbestos inspector, and all work area asbestos air monitoring (excluding OSHA personal monitoring) must be performed by a Texas-licensed asbestos Project Monitor. 3.03 ASBESTOS REMOVAL PROCEDURES A. Friable Asbestos 1. All friable ACM shall be removed in a full negative pressure enclosure that is constructed in accordance with applicable regulations and this specification . They shall be wetted with amended water and carefully removed to prevent droppage and creation of airborne dust. 2. Once the removal of all ACM is complete, all surfaces and walls within the area shall be thoroughly cleaned by wet mopping, followed by thorough drying , and then HEPA vacuumed . A satisfactory encapsulant (lockdown material) shall be applied to all surfaces from which friable asbestos has been removed. 3. The exterior of disposal bags shall be vacuumed and washed free of all visible asbestos fibers before their removal from the work area. 4. Glove Bag Removal (if applicable) -All glovebag removal operations shall be conducted in accordance with 29 CFR 1926.1101 and State of Texas regulations. Glovebags cannot be slid on pipes or reused . B. Non-friable Asbestos 1. All non-friable asbestos must be removed under the conditions of a full negative- pressure enclosure unless written approval from the State of Texas for specific practices is obtained by the Contractor. If the State of Texas determines that the FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 02 50 00 -17 ASBESTOS REMEDIATION ADDENDUM NO . 1 non-friable material can be removed without a negat ive pressure enclosure , the specific pract ices listed in the State of Texas approval letter shall be followed . 2. All friable and non-friable removal areas shall be properly segregated by posting caution signs meeting the specifications of OSHA 29 CFR 1926.1101 at any location and approaches to a location where airborne concentrations of asbestos may exceed ambient background levels . Workers shall don all protective equipment. The material shall be removed very carefully to minimize any breakage that may release airborne fibers . 3. Abatement of ACM must be performed in accordance with State of Texas regulations and EPA federal regulations which include the NESHAPS regulations . 4 . All ACM must be continuously wetted during impact operations . Contractor must ensure that a level of no visible emissions is always achieved ; otherwise the materials shall be contained within a negative pressure containment. 3.04 PROTECTION OF ADJACENT WORK OR AREAS A . Asbestos abatement work shall be performed without contaminating adjacent work or areas . Where such work or area is damaged or contaminated as verified by the Engineer using visual inspection and/or sample analysis, it shall be restored to its original condition or decontaminated by the Contractor at no expense to the Owner as deemed appropriate by the Owner/Engineer. This includes inadvertent spill of dirt, dust, water, or debris in which it is reasonable to conclude that asbestos may exist. When these spills occur, work shall stop in all affected areas immediately and the spill shall be cleaned . When satisfactory visual inspection and/or sampl ing analysis results are obtained and have been evaluated by the Contractor's CIH and the Owner/Engineer, work may proceed. 3.05 ASBESTOS CONTROL AREA REQUIREMENTS A . General: Negative pressure enclosures (NPEs) shall be established and maintained for Class I abatement work other than glove bag removal or wrap and cut removal. A viewing inspection window shall be installed in the wall of the NPE at a location from which the abatement work may be observed . The following procedures shall be performed sequentially and each activity shall be completed before proceeding to the next. 1. The asbestos abatement will be sequenced and performed to prevent the contamination of clean areas . 2. Tools , scaffolding , staging , etc., necessary for the work placed in the area to be isolated prior to erection of critical barriers. 3. Surfaces pre-cleaned . 4. Installation of decontamination unit(s). 5. Critical barriers installed . 6. Local exhaust ventilation system installed as required or specified . FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 02 50 00 -18 ASBESTOS REMEDIATION ADDENDUM NO . 1 7. Removal of ACM. 8. Collect, conta in , and filter amended water in the same manner as specified for personnel decontamination shower water as in subpart 2.3 .B. of this Section . 3.06 DAILY CLEAN UP A. The Contractor shall maintain a clean work area by performing on a daily basis the following housekeeping functions at the end of each shift: 1. Loose ACM shall be prepared for disposal by packaging the waste and removing it from the work area to the load out area . 2. Polyethylene sheeting shall be inspected and repaired. 3.07 ASBESTOS HANDLING PROCEDURES A . The Contractor shall employ proper handling procedures in accordance w ith CFR 29 Part 1926 and CFR 40 Part 61 , Subpart M and the specification requirements herein . The specific abatement techniques and items identified shall be detailed in the Contractor's AHAP including but not limited to details of construction materials , equipment, and handling procedures . 3.08 SITE INSPECTION A . While performing asbestos removal work, the Contractor shall be subject to on-site inspection by the Owner/Eng inee r who may be assisted by or represented by qual ity assurance , safety , and industrial hyg iene personne l. If the work is found to be in violat ion of th is specification , the Owner or designated representative will issue a stop work order to be in effect immediately and until the violat ion is resolved . Standby time required to resolve the violation shall be at the Contractor's expense . 3.09 CLEAN-UP AND DISPOSAL A. Housekeeping : Surfaces of the asbestos regulated work area shall be kept free of accumulation of asbestos containing debris. Meticulous attention shall be given to restr icting the spread of dust and debris. HEPA filtered vacuum cleaners and wet clean ing techniques shall be used . The space shall not be blown down with compressed air and dry sweeping is prohibited . When asbestos removal is complete , all asbestos waste is removed from the asbestos regulated work area , and final clean-up is completed , the Contractor, Contractor's CIH and the Project Monitor will visually inspect all surfaces within the asbestos regulated work area for residual material or accumulated debris . The Contractor shall re-clean all areas showing dust or residual materials. The Contractor's CIH shall certify in writing that the area is safe before the warning signs and boundary warning tape is removed and unrestricted entry is permitted. The Owner shall have the option to perform monitoring to certify the areas are safe before entry is permitted . B. Collection and Disposal of Asbestos: Asbestos waste , asbestos contaminated water, scrap , debris , bags , conta iners , equipment, and asbestos contaminated clothing , shall be collected and placed in sealed leak tight containers (e.g., double 6 mil plastic bags), sealed 6 mil double wrapped polyethylene sheeting, sealed fiberboard boxes or other approved FWW VILLAGE CREEK WRF DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12 /01 /2022 02 50 00-19 ASBESTOS REMEDIATION ADDENDUM NO. 1 containers , and be labeled in accordance with 29 CFR 1926 .58 and 40 CFR Part 61.152 as appropriate . Waste within each container must be adequately wetted (40 CFR Part 61 , Subpart M). A warning and Department of Transportation (DOT) label shall be affixed or preprinted on each container. Waste asbestos material shall be disposed of at an EPA, state , and local approved asbestos landfill. If the disposal site is located in Texas , written authorization for disposal shall be obtained from the Department of Energy and Environmental Protection , Bureau of Materials Management and Compliance Assurance . Procedure for hauling and disposal shall comply with 40 CFR Part 61 , Subpart M, and other applicable federal , state, regional, and local standards. 3.10 FINAL CLEANING AND VISUAL INSPECTION A. Each abated asbestos regulated work area shall be cleaned by collecting, packing, and storing all gross contamination. A final cleaning shall use HEPA vacuum and wet cleaning of all exposed surfaces and equ ipment in the asbestos regulated work area . Upon completion of the cleaning, the Contractor's on-site Competent Person and the Project Monitor shall conduct a visual pre inspection of the cleaned area in preparation for a final inspection before final air clearance monitoring and re-clean, as necessary. Upon completion of the final cleaning , the Contractor's on-site supervisor and the Project Monitor shall conduct a final visual inspection of the cleaned work area in accordance with ASTM E 1368-05 and document the results of the final cleaning and visual inspection. If the Contractor's on-site supervisor or the Project Monitor re j ects the abatement area as not meeting final cleaning requirements , the Contractor shall re-clean as necessary and have follow up inspections conducted until the abatement area meets the final cleaning requirements . Re-cleaning and follow up re -inspections shall be at the Contractor's expense . 3.11 AIR SAMPLING A. Sampling and the analysis of airborne concentrations of asbestos fibers shall be performed in accordance with 29 CFR 1926.1101 , RCSA 19a-332a-12(g), and as specified here in. The Contractor's personal air monitoring samples shall be taken for at least 25 percent of the workers in each shift or a minimum of two, whichever is greater. Results of the personal samples shall be posted at the job site within 24 hours of the sampling event and made available to the Owner. The Con t ractor shall maintain a fiber concentration outside NPEs equal to or less than 0.01 flee or background levels (whichever is greater) during asbestos abatement activities. At least one air sample will be collected outside of the containment prior to the start of the abatement work to determine if background levels of asbestos are present. If fiber concentrations rise above 0.1 flee or background levels (whichever is greater), work shall be stopped immediately and work procedures shall be investigated to determine the cause . Work shall not restart until authorized by the Owner/Engineer. The Contractor's workers shall not be exposed to airborne fiber concentrations in excess of 0.1 flee as an 8-hour time-weighted average (TWA) (OSHA Permissible Exposure Limit or PEL) or 1.0 flee averaged over a sampling per iod of 30 minutes (OSHA Excursion Limit) without using respiratory protection . If air monitoring results inside the regulated work area or containment exceed the anticipated airborne asbestos fiber concentrations for the work being done , as stated in the Abatement Plan , the Contractor shall stop work immediately, notify the Owner/Engineer, and implement add it ional eng ineering controls FWW VILLAGE CREEK WRF DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CONFORMED , 12 /01 /2022 02 50 00 -20 ASBESTOS REMEDIATION ADDENDUM NO. 1 and work practice controls to reduce airborne fiber levels . Work shall not restart until authorized by the Owner/Engineer. Air monitoring results shall be calculated at the 95 percent confidence level. The Contractor shall provide an independent testing laboratory with qualified analysts and appropriate equipment to conduct sample analyses of air samples using the methods prescribed in 29 CFR Part 1926.1101 to include NIOSH Pub No . 84 100 Method 7400 . The Contractor shall use for final air clearance , NIOSH Pub No. 84 100 Method 7400 (PCM) as long as the abatement project meets the criteria specified in RCSA 19a-332a- 12(g). Otherwise , determination of airborne concentrations of asbestos fibers shall be made using transmission electron microscopy (TEM). TEM is the USEPA (AHERA) method specified in 40 CFR 763, Subpart E, Appendix A. B. Sampling During Asbestos Abatement Work : The Contractor's CIH shall provide personal sampling as indicated in 29 CFR Part 1926.1101 and in accordance with state and local requirements , and the Contractor's AHAP . Work area sampling shall be conducted by the Project Monitor or an independent third-party consultant (with the same qualifications as the Project Monitor) hired by the Contractor. Sampling shall occur at least once every shift in accordance with RCRA 19a-332a and shall be conducted outside the clean room entrance to the regulated area, inside the clean room , outside the load out unit exit, if used , and at the exhaust discharge point of the local exhaust system . C . Sampling After Final Clean Up (Clearance Sampling): Prior to conducting final air clearance monitoring, the Contractor's on-site supervisor and the Project Monitor shall conduct a final visual inspection of the Contractor's final clean-up of the abated asbestos regulated work area. Final clearance air monitoring shall not beg in until acceptance of this final cleaning by the Project Monitor. The Project Monitor or an independent third- party consultant (with the same qualifications as the Project Monitor) hired by the Contractor will prov ide area sampling of airborne fibers using aggressive air sampling techn iques as defined in the Appendix A of 40 CFR Part 763, Subpart E, or as otherwise required by Federal or state requirements . 1. NIOSH Method: For PCM sampling and analysis using NIOSH Pub No. 84 100 Method 7400 , the fiber concentration inside the abated asbestos regulated work area , for each airborne sample shall be less than or equal to 0.01 flee . If any sample result is greater than 0.01 flee, then abatement is incomplete and re- cleaning is required. Upon completion of any requ ired re-cleaning, re-sampling with results to meet the above clearance criteria is required . 2. If greater than or equal to 1,500 sf or 500 If of ACM is being removed , alternative final clearance sampling using TEM analysis is required . D. Air Clearance Failure : Should clearance sampling results fail to meet the final clean up requirements , the Contractor shall pay all costs associated with all required re-cleaning, re-sampling and analysis until final clean up requirements are met. 3.12 POST ABATEMENT CLEAN-UP AND DEMOLITION A. Upon receiving satisfactory clearance air sample results, the Contractor shall continue demolition of the structures shown on Drawings . -END OF SECTION - FWW VILLAGE CREEK WRF DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 02 50 00 -21 ASBESTOS REMEDIATION ADDENDUM NO . 1 PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 02 56 13 DIGESTER CLEANING A. Provide all labor, supervision, materials, tools, chemicals , equipment, process machinery, trucks, fuel, containers, supplies, and all other incidentals necessary to remove, process , transport, and properly dispose of the liquids and/or solids at the City of Fort Worth's (City) Village Creek Water Reclamation Facility (VCWRF) as specified herein . The major components associated with this work include the following : 1. Mobilization and demobilization of all labor, supervision, materials, tools, chemicals, equipment, process machinery, trucks, containers, supplies, and incidentals necessary for removal and disposal operations 2. Removal and offsite disposal of all fluid content and solid content in the digesters including, but not limited to, sludge, scum, grit, FOG (fats, oils, and grease), hair, rags, trash, and any other foreign materials that have accumulated and/or become trapped in the digesters 3. Weigh vehicles utilizing a certified scale approved by the Owner at, or as close as possible to , the Project site 4. Legal transport and legal disposal of all material removed from the digesters in a licensed/permitted sanitary landfill. Includes all handling, delivery, and fuel charges. 5. Payment of all applicable fees for tipping , disposal , monitoring , certifications , testing, permits , and licenses 6. Washdown of the interior walls and floors of the digesters, including all piping and appurtenances located within, and the removal of debris generated from these washdown activities B. The residuals contained in the digesters are provided in an "as-is, where-is " condition for removal , transport, and disposal. Solids content or chemical content outside the ranges that could reasonably be anticipated based on the typical characteristics of wastewater treatment residuals shall not result in additional costs to the Owner for removal , transport, and ultimate disposal. C. Digester cleaning is for the purpose of performing improvements on and within the Digesters . Contractor shall coordinate cleaning schedule with work to be performed as described in Section 01 14 00 -Coordination with Owner's Operations . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 56 13-1 DIGESTER CLEANING 1.02 SCHEDULE OF DIGESTERS A . Requirements for removing biosolids, residuals, and debris from digesters are as follows : 1. Contractor shall remove, transport, and dispose of the biosolids , residuals, debris , etc . contained in the following existing digesters as part of the Work : a . Anaerobic Digester Nos. 1-6 -Base Bid -Dispose solids in Municipal Solids Waste Landfill b . Anaerobic Digester Nos . 7-8 -Additive Alternate -Dispose solids in Municipal Solids Waste Landfill 1.03 SEQUENCING/SCHEDULING THE WORK A. Refer to Section 01 14 00 -Coordination with Owner's Operations for requirements related to the sequence of removing biosolids, residuals, and debris from the digesters. B. Contractor shall coordinate and schedule all removal and disposal operations with the Owner at least sixty (60) days in advance in accordance with the requirements of Section 01 14 00 -Coordination with Owner's Operations. 1.04 SUBMITTALS A. Proof of an agreement with an approved sanitary landfill to accept the removed materials prior to beginning the work. B. Details of removal and disposal plan including , but not limited to , equipment, materials, and methods proposed by Contractor for removal and disposal operations including : 1. Name of removal subcontractor (if applicable) 2. A description of how the materials will be removed from each digester 3. A description of the equipment to be used 4 . An estimated quantity of solids to be hauled to the landfill 5. Wet weather plan and, if required , a winter operations plan 6. Work schedule C. Transportation Plan including the following: 1. Name of hauling subcontractor (if applicable) 2 . Description of hauling equipment CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 02 56 13 -2 DIGESTER CLEANING 3. Copy of license for hauling subcontractor (if applicable) for proof of acceptabil ity D. Copies of all certified weight tickets from the sanitary landfill(s) receiving the biosolids , residuals , and debris for all biosolids , residuals , and debris disposed E. Spill response contingency plan F. Removal and disposal schedule, including daily schedule and total length of time required G . Electrical and utility water requirements and proposed schedule for disposal of wash water H. Digital photo documentation (5 MP minimum) of interior of digester before, during and after cleaning in sufficient detail to document the interior condition of the digester structure . 1.05 PERMITS AND REGULATORY REQUIREMENTS A. The work covered under this Section may be subject to federal (e.g., 40 CFR 503), state, and/or local municipal jurisdictions. Other regulatory requirements may apply depending on Contractor's chosen means and methods for removal , transport , and disposal. Contractor shall make himself aware of these requirements (i.e ., Federal , State , and Local), as applicable , in the preparation of his Bid. No claim for additional compensation or reimbursement shall be made to the Owner based on the failure of Contractor to consider regulatory requirements and/or constraints. B . Contractor shall obtain any required Federal, State , and Local regulatory permits from those authorities , agencies , or municipalities having jurisdiction over the land areas , utilities , or structures which are affected by Contractor's operations. Permits shall reflect the estimated quantity of solids to be disposed of and shall remain current throughout the entire duration of the Project. All costs associated with obtaining the requ ired permits , fees , and related testing , monitoring , and record keeping , shall be the responsibility of the Contractor. Record copies of all p_ermits shall be submitted to the Owner. C . Contractor shall be responsible, at his expense , for meeting all monitoring and reporting requirements imposed by all regulatory agencies having jurisdiction over Contractor's operations . 1.06 SAFETY AND PROTECTION A. Refer to Section 00 72 00 - General Conditions and Section 00 73 00 -Supplementary Conditions for requirements related to safety and protection. B. The Contractor shall comply with all applicable guidelines and regulation specified by the Environmental Protection Agency (EPA), the Occupational Safety and Health CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 02 56 13 -3 DIGESTER CLEANING Administration (OSHA), and the Texas Commission on Environmental Quality (TCEQ) in addition to any other applicable federal , state , and local rules and regulations. The Contractor will be required to prepare and submit a work plan with a detailed work schedule and equipment list, incorporating safety measures in accordance with the company 's safety policies , to VCWRF prior to initiating any work activities. The Contractor's plan will include the use of a triple-gas (H 2S, LEL , and 0 2 deficiency) detection device as well as continuous ventilation of the digester(s). C. Hazardous Classified Areas: 1. Areas inside and around the digesters are classified as Class I, Division I, Group D hazardous areas as shown on the Contract Drawings . D. Exposure to Wastewater Biosol ids : 1. The material inside the digesters is potentially hazardous to human health ; Contractor shall take all precautions necessary to protect the health of his workers , the health of the Owner's workers , and the environment. 2 . All of the Contractor's workers who are performing removal and disposal work shall have up-to-date immunizations for working in a WWTP . E. Contractor is respons ible for determining if each digester is a permit required or non- permit required confined space prior to entering the digeste r to perform the work. Should the Contractor determine that the digester and work is a permit required confined space , all entries into the digester and work to be performed must meet the requirements of OSHA 29 CFR 1910 146 Genera l Industry Standard for Confined Space Entry. F. Contractor is responsible for opening digester manways and for ventilating hazardous gases from the digesters prior to and during all work at the digesters. G . Contractor shall prepare a Site-specific confined space entry plan which shall be incorporated into Contractor's Site-specific health and safety plan. Maintain copy of the confined space entry plan at the Site for access by employees , Owner and authorities having jurisdiction. Confined space entry plan shall include: 1. Results of Contractor's Site-specific hazard assessment to identify confined spaces that are permit-required confined spaces, including list of all such spaces that will be accessed for the Work . 2 . Requ irements for safeguarding access to , and restrict ing non-permitted personnel from access to , permit-required confined spaces during the Work . 3. Project-specific procedures to be followed when entering or accessing permit- required confined spaces. CONFORMED , 12/01 /2022 FWW V ILLAGE CREEK WRF , D IGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 56 13 -4 DIGESTER CLEANING 4. Documentation of training provided to each person that will enter, or work in conjunction with entry to, permit-required confined spaces 5. Update the plan by adding copies of permits issued and records of entry to permit- required confined spaces, as required in this Section. H. Confined Space Safety: 1. Personnel entering confined space shall be trained in accordance with 29 CFR 1926.21 (b)(6) and 29 CFR 1910.146(9). 2. Recordkeeping: Using forms required by Contractor or Owner, issue for each instance of access to permit-required confined space, completed permit(s) and complete associated data sheet. File completed permits and data sheets in the Site-specific confined space entry plan and submit in accordance with this Section. 3. Permit for entry to permit-required confined space(s). 4 . Permit for hot work in permit-required confined space(s). 5. Complete confined space data sheet. 1.07 UTILITIES A. Water Service: The Owner will provide, at no charge, a maximum of two firehose connections at a time to the plant service water loop at a maximum pressure of 58 psig to facilitate removal and washdown operations . Contractor shall provide any hoses, nozzles, etc. necessary to convey the water from the Owner's existing system to the point of use . PART 2 -PRODUCTS (NOT USED) PART 3 -EXECUTION 3.01 PREPARATION A. Prior to beginning removal and disposal operations at a specific digester, Contractor shall block off all storm drain inlets that would receive flow in the event of a failure of Contractor's equipment or as directed by the Engineer. B. Prior to the Contractor's initial removal of biosolids, residuals , and debris from any of the existing digesters, the Owner, to the maximum extent possible, may elect to isolate these existing digesters to remove them from service and remove the wastewater contained within them by either pumping sludge to the existing sludge dewatering FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 02 56 13 -5 DIGESTER CLEANING system or transferring it to another existing digester using existing process equipment as follows : 1. The Owner may drain and/or transfer the contents of each Anaerobic Digester below the invert of the side manway. For any digester, If the Owner does not drain to this level , then the additive bid item for additional pumping will apply . 2 . After the Owner partially transfers the contents from a specific digester, or elects not to do so , the Contractor shall perform removal of biosolids , residuals, and debris, washdown , etc. as specified herein and as required to accomplish the specified digester modifications or abandonment included in the Work. C. Regardless of whether or to what extent the Owner decides to remove digester contents , the Contractor shall remove all remaining digester contents and clean the digesters as described in this Section. The Contractor's only compensation shall be the bid items for dry tons sol ids disposed and days additional pumping , where required . D . All solids removed by Contractor above the invert of the side manway shall be sent to Digested Sludge Well No. 1 for Digester Nos. 1-6 and to D igested Sludge Well No. 2 for Digester Nos . 7-8 for disposal by Owner. All solids removed by Contractor below the invert of the side manway shall be sent to Contractor's furnished temporary dewatering equipment with hauling and disposal by Contractor. 3.02 OPERATIONS A. Contractor shall take all necessary precautions to prevent any leakage or sewage spills onto the worksite , public or private roadways , drainage systems , or waterways. All removal operations shall be continuously monitored by the Contractor. Contractor shall be responsible for all clean-up costs and any fines associated with any spills , including any fines that may be levied against the Owner by a regulatory agency. All spills must be immediately reported by the Contractor to the Owner and Engineer. B. Except as specified herein , Contractor may not use the Owner's existing process equipment and dra i ns for dewatering or removing biosolids , residuals , and debris from the digesters . C. Dewatering processes such as (but not limited to) belt presses or centrifuges may be used . Other methods will be evaluated by Owner and Engineer. Filtrate or centrate may be transferred to the plant sewer at a rate not to overflow the plant sewer (approximately 1 MGD) with a suspended solids concentration less than 200 mg/L. Owner may deny permission to use dewatering processes if filtrate or centrate characteristics are not acceptable . D. Location of the tie-in point to the plant sewer will be determined by the Owner. Contractor shall not d ischarge centrate/filtrate from more than one dewatering unit process to any single sewer drain . The Contractor shall coordinate with the Owner to determ ine the times when the centrate/filtrate can be returned . All associated CONFORMED , 12/01 /2022 FWW VIL LAGE CREEK WRF , DIGESTER MIXING , FLAR E, DOME IMPROVEMENTS CI T Y PROJECT NO . 102652 02 56 13 -6 DIGESTER CLEANING centrate/filtrate return piping shall be provided by the Contractor. The returned water shall be monitored and screened with a¼" max opening before entering the drain. No trash is to be re-introduced into the sewer. The Contractor will be required to protect this piping from damage caused by truck traffic crossing the pipes . E. Contractor shall regularly clean and flush all dra ins they use including all screens. Frequency shall be as determ ined by Owner, as often as every other operating day or more often if plugging occurs . If existing drains are plugged due to Contractor's operations , then they shall be hydro-jetted at no additional cost to the Owner. F . At any time that operational conditions require, the Contractor may be required to immediately remove personnel and equipment from the work area. G. Contractor shall provide all temporary portable pumps, piping, hoses , pressure washers , and other equipment required for the work. H. For digester cleaning , Contractor may obtain 480V electric power from the Digester Control Buildings (if ava ilable due to construction under this Contract) or temporary electrical facilities at no cost from the Owner. Unless otherwise directed by the Owner, Contractor shall take power from MCC buckets indicated on the Drawings as associated with the digester being cleaned. Power may be used for operations normally associated with digester cleaning including pumping , mechanical dewatering, and washdown. Contractor shall provide all temporary electrical equipment and tie ins . I. Contractor shall remove all existing gratings, covers , etc. located over the existing digesters as required to obtain access to perform the removal and disposal activities , shall store them in a location as directed by the Owner, and shall re-install these existing gratings , covers , etc. after the removal and disposal activities are completed . Cond ition of re-installed gratings , covers , etc. shall be either equal to or better than the condition of the gratings , covers, etc. prior to removal; if existing gratings, covers , etc. are damaged by Contractor during removal , storage, and/or re-installation , Contractor shall be responsible for all costs associated with equal i ng or exceeding the previous condition of the gratings , covers , etc. after they are reinstalled . Contractor shall replace all gaskets with like materials for covers and manways removed during cleaning. J. Biosolids, residuals, and debris shall be removed from digesters utilizing vacuum extraction equipment or pumps with sluicing water. K. Owner may elect to drain down the liquid level of the digester to below the side manway elevation , if possible . If the Owner does not lower the liquid level , the bid item for additional pumping equipment will apply and the Contractor shall provide equipment to pump down the digester through digester dome manways . All liquids removed in th is manner shall be transferred to Sludge Well No. 1 or No. 2 as indicated above , and may not be directly introduced to the plant sewer. Contractor shall furnish all temporary piping required for transfer to the relevant sludge well . CONFOR MED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 56 13 -7 DIGESTER CLEANING L. Liquids transferred by the Contractor to Sludge Well No . 1 and Sludge Well No . 2 shall not exceed 150,000 gallons per day (shall not exceed 104 gallons per minute) and shall not exceed 28 ,000 dry lbs total solids per day (shall not exceed 1,170 dry lbs/hr). Solids content may vary between 2% -4% total solids. For this range , the maximum acceptable flowrate would vary from 150,000 -84,000 gallons per day (maximum 104 - 59 gallons per minute). Larger flows may exceed the Owner's process capacity . Contractor shall coordinate all liquid transfers and flowrates with the Owner daily and whenever flowrates change . M . After Contractor removes biosolids , residuals, and debris from a specific digester, Contractor shall attempt to remove additional water/wastewater to the maximum extent possible via means agreeable to the Owner and Engineer (e.g ., allowing water to drain from the biosolids, residuals , and debris in a truck loading bin into an approved onsite manhole) prior to hauling the biosolids, residuals, and debris offsite. Contractor shall remove as much water as reasonably possible to limit offsite hauling of excess water/wastewater and the resulting costs associated with its transport and disposal. 1. Contractor shall provide all rigging necessary to support vacuum extraction draw- off hoses from grade so excess amounts of water/wastewater are not entrained with the material being removed for disposal. N. Following removal of the contents of each digester, washdown all interior surfaces including , but not limited to, walls, floors , piping, fittings, pipe hangers, and brackets to remove any rags, debris, sand, solid waste , and other matter that is stuck to these interior surfaces. Extent of washdown shall be as needed so the entire digester interior is left in a "completely" clean condition and its existing bare or coated concrete surface is exposed as directed and approved by the Owner. 1. If pressure washing is utilized to washdown the digester walls and/or floors , Contractor shall perform a test on one small area to determine the water pressure required for washdown without causing damage to the concrete surface or any protective coatings. 0 . After completing removal operations in a specific digester, Contractor shall hydro-jet all drains as applicable from the drain location to the first downstream manhole . P. Material removed from digesters shall be dewatered and treated as required to be transported to a licensed/permitted landfill or permitted disposal site . Dewatering shall not produce excessive odors , require excess operating area or otherwise be completed in a manner which would impede the Owner's operations. Q. No dewatered waste material may be stockpiled overnight. R. Normal work hours are 7 :00 am to 6 :00 pm Monday through Friday. Contractor must submit deviations from these work hours to the Owner in advance for approval. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 56 13 -8 DIGESTER CLEANING S. VCWRF is a secure site. Contractor shall follow Owner security guidelines for employee identification and documentation in the performance of the work. T . Contractor shall maintain a clean work environment on a daily basis . Anything attracting vectors shall be cleaned up immediately. Contractor shall clean up any sludge or digester contents spilled, as well as resulting stains. 3.03 TRANSPORTATION A. Transport the waste material directly from the Project site to the designated disposal site. No additional payload may be added at any time. A manifest shall accompany each load with copies provided to the Owner. Contents of the wasteload may be checked at the disposal site to assure conformance with the manifest. B. Contractor shall dispose of all waste material daily on a land disposal site permitted by the State. Contractor shall locate the disposal site, arrange for disposal, and acquire permission to dispose of digester contents. The disposal site shall be permitted to handle the grade of material removed from the digester or Contractor shall be permitted to dispose of the grade of material on a designated site. Contractor shall comply with all state, local, and federal regulations concerning removal, hauling, and disposal of sludge contents. C. Hauling Vehicles: 1. Contractor shall furnish water-tight, trucks for hauling biosolids, residuals, and debris . Hauling equipment shall not permit sludge to leak or splash onto roads during loading or transportation. Contractor shall be responsible for cleaning up any spilled, leaked, or splashed sludge or digester contents on roads or other areas at or away from the site of work. The landfill or permitted disposal site shall be identified and manifests shall be submitted to the Owner for record purposes . 2 . All trucks used for hauling of biosolids , residuals, and debris shall have an empty weight certificate . 3. All trucks shall be marked , in large lettering, with the name, truck number, and phone number for clear identification by the public and Owner. 4. Contractor shall wash/clean all trucks off site. 5. Maintenance of vehicles/hauling equipment shall not be performed onsite. 3.04 PAYMENT A. Contractor shall take minimum two total solids samples of the contents of each container/truckload sent to the landfill. Samples are to be representative of the materials within the container/truck and be sampled from different locations and depths at locations approved by Owner. Sample shall be labeled to identify which container CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 56 13 -9 DIGESTER CLEANING samples were taken for calculating payment. The total solids results for each container/truck shall be averaged to estimate the total solids concentration of the contents in the container/truck. Sample collection time shall be coordinated with the Engineer and Owner. All sampling shall be witnessed by the Owner. 1. If a dewatering process is being provided, such as belt filter press, and the dewatered cake is immediately loaded onto a container/truck for disposal, then three freshly dewatered samples shall be taken from t he cake _conveyor during each day of dewatering operation and the average of the samples be used for all containers/truckload filled on that day . B. The total solids samples shall be either delivered to the Owner's in-house laboratory or sent to a third-party laboratory to determine total solids concentration. Owner will provide analyses at no cost to Contractor. Any third-party analyses shall be paid by the Contractor at no additional cost to the Owner. C . Contractor shall obtain weight tickets from the landfill to determine the wet tons of material disposed. D. The dry tons for payment shall be calculated by multiplying the average total solids concentration in decimal format (40% TS in decimal is 0.40 ) by the wet tons stated on the landfill weight ticket. E. Contractor shall keep a log of containers/truck load weights , solids concentration , disposal location (Class 1 or municipal solid waste landfill) and calculated total dry tons disposed to each disposal location. Contractor shall submit monthly log with copies of landfill weight tickets and total solids sample results for each container/truck load for payment with partial pay application . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 02 56 13 -10 DIGESTER CLEANING PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: SECTION 03 11 00 CONCRETE FORMING 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install concrete forming . The Work also includes: a. Designing forming systems in accordance with requirements of ACI 347 and the Contract Documents . b. Providing forming to accommodate the Work under this and other Sections and building into forming items such as sleeves, anchorage devices, inserts, pipe embedments, reinforcing, and all other items to be embedded in concrete for which placement is not specifically provided under other Sections . B. Coordination : 1. Review installation procedures under this and other Sections and coordinate installation of items that must be installed with or before concrete forming Work . 2 . Coordinate forming Specifications with requirements for finished surfaces specified in Section 03 30 00, Cast-In-Place Concrete. C. Related Sections: 1. Section 03 15 00, Concrete Accessories. 2. Section 03 30 00, Cast-In-Place Concrete . 1.02 REFERENCES A. Standards referenced in this Section are: 1. ACI 117, Specifications for Tolerances for Concrete Construction and Materials and Commentary . 2. ACI 301, Specifications for Structural Concrete. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 11 00 -1 CONCRETE FORMING 3. ACI 347, Guide to Formwork for Concrete. 4. ASTM C805/C805M, Test Method for Rebound Number of Hardened Concrete. 5 . ASTM C1074, Practice for Estimating Concrete Strength by the Maturity Method. 6. NIST PS 1, Structural Plywood. 1.03 QUALITY ASSURANCE A. Qualifications: 1. Professional Engineer: CONFORMED , 12/0 1/2022 a. CONTRACTOR or formwork Supplier shall retain a registered professional engineer legally qualified to practice in the same state as the Site . Professional Engineer shall have at least five years of experience designing formwork and falsework of the type required . b. Responsibilities include : 1) Reviewing formwork and falsework performance and design criteria stated in the Contract Documents . 2) Preparing written requests for clarifications or interpretations of performance or design criteria for submittal to ENGINEER by CONTRACTOR. 3) Preparing or supervising preparation of design calculations verifying compliance of formwork and falsework with requirements of the Contract Documents. 4) Signing and sealing all calculations. 5) Certifying that: a) Design of formwork and falsework was performed in accordance with performance and design criteria stated in the Contract Documents, and F'-NW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 11 00 -2 CONCRETE FORMING 1.04 SUBMITTALS b) Design conforms to all Laws and Regulations , and to prevailing standards of practice . A. Action Submittals : Submit the following: 1. Samples: a . Plywood form material used for smooth form finish , four inches square minimum. B. Informational Submittals : Submit the following : 1. Shop Drawings : When requested by ENGINEER, submit Shop Drawings showing and indicating general construction of individual forms , including : a . Jointing . b. Special formed joints or reveals . c. Location, pattern, and details of form tie placement, removal , and repair procedures . d. Location and details for temporary openings. e. Void-form layout drawings and details of installation. f . Other items that would visually affect the finished concrete . 2. Design of Temporary Measures : Design of formwork and falsework is CONTRACTOR's responsibility . Submit the following: a . Falsework layout drawings with the seal and signature of CONTRACTOR's or Supplier's professional engineer. Layout drawings shall show bracing details, waler arrangements , location of shores , joint forming details, and details at connections to previously placed concrete . ENGINEER's review will be for general conformance to the requ irements of the Contract Documents and ACI 347 , as indicated for delegated design in the General Conditions . FWW VILLAG E CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 11 00 -3 CONCRETE FORMING b. Design calculations for formwork and falsework , when requested by ENGINEER. c . Certification letter from CONTRACTOR's or Supplier's professional engineer stating that in-place falsework was inspected and complies with the intent of the falsework design. 3. Product Data : Manufacturer's data for proprietary materials, including form coatings, manufactured form systems, ties and accessories. 4 . Manufacturer's Instructions : Installation instructions for proprietary materials, including form coatings, manufactured form systems, ties and accessories. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery and Storage : 1. Upon delivery to the Site, place materials in area protected from weather . 2. Store materials in accordance with manufacturer's recommendations . 3 . Store materials above ground on framework or blocking. Cover wood for forms and other accessory materials with protective , waterproof covering . Provide for adequate air circulation or ventilation under cover. B . Handle materials in accordance with the manufacturers' recommendations. Do not damage materials during handling . PART 2 -PRODUCTS 2.01 SYSTEM PERFORMANCE A. Design Criteria: 1. Design, erect, support, brace and maintain forming in accordance with ACI 347 so that forming safely supports vertical and lateral loads that might be applied, until such loads can be supported by the concrete structure. Carry vertical and lateral loads to ground by forming system or in-place construction that has attained adequate strength for the purpose . Construct forming so that FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 11 00 -4 CONCRETE FORMING concrete members and structures are of correct size , shape , alignment , elevation , and position . 2. Design forms and falsework to include values of live load , dead load, weight of moving equipment operated on forming , concrete mix, height of concrete drop , vibrator frequency , ambient temperature , foundation pressures , stresses , lateral stability, and other factors pertinent to safety of structure during construction . 3 . Provide shores and struts with positive means of adjustment capable of taking up forming settlement during concrete placing operations , using wedges or jacks , or a combination thereof. Provide trussed supports when adequate foundations for shores and struts cannot be secured . 4 . Support form facing materials by structural members spaced sufficiently close to prevent beyond tolerance deflection , in accordance with ACI 117. Fit forms placed in successive units for continuous surfaces to accurate alignment, free from irregularities and within allowable tolerances. For long-span members without intermediate supports , provide camber in forming as required for anticipated deflections resulting from weight and pressure of fresh concrete and construction loads. 5. Design and construct fo rming to be readily removable without impact, shock or damage to concrete surfaces and adjacent materials. 6 . Provide forming sufficiently tight to prevent leakage of cement paste during concrete placing . Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. 7. Omit side forms of footings and place concrete d irectly against excavation only when requested by CONTRACTOR in writing and accepted by ENGINEER in writing. When omission of forms is accepted , provide additional concrete requ ired beyond minimum design profiles and dimensions of footings as shown or indicated on the Drawings. No additional compensation will be paid to CONTRACTOR for additional concrete required . 2.02 FORM MATERIALS A. Forms for Smooth Finish Concrete : 1. Unless otherwise shown or indicated in the Contract Documents, construct forming for smooth concrete surfaces with plywood , metal, metal-framed plywood-faced, or other panel type materials FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/0 1/202 2 03 11 00 -5 CONCRETE FORMING acceptable to ENGINEER, to provide continuous, straight , smooth as-cast surfaces with no wood grain or other surface texture imparted by forming. Provide in largest practical sizes to minimize number of joints and to conform to joint system shown or specified in the Contract Documents . Provide form material with sufficient thickness to withstand pressure of newly placed concrete without bow or deflection. B. Forms for Standard Finish Concrete : 1. Form concrete surfaces designated to have standard formed finish with plywood, lumber, metal, or other acceptable material. Provide lumber that is dressed on at least two edges and one side . C. Cylindrical Columns and Supports: 1. Form round-section members with paper or fiber tubes , constructed of laminated plies using water-resistant type adhesive with wax-impregnated exterior for weather and moisture protection. Provide units with sufficient wall thickness to resist loads imposed by wet concrete without deformation . a. Provide manufacturer's standard plastic-lined-interior units . 2. Fiberglass or steel forms may be used for cylindrical columns if accepted by ENGINEER in writing. D. Form Ties : 1. Provide factory-fabricated metal form ties , designed to prevent form deflection , and to prevent spalling of concrete surfaces upon removal. 2. Unless otherwise shown or indicated in the Contract Documents, provide ties so that portion of tie remaining within concrete after removal of exterior parts of tie is at least 1.5 inches from the outer concrete surface. Unless otherwise shown or indicated in the Contract Documents , provide form ties that will leave a hole no larger than one-inch diameter in concrete surface. 3 . Ties shall have waterstops on all exterior , below-grade walls, and walls subject to hydrostatic pressure. 4 . Ties shall leave a uniform , circular hole when forms are removed. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 11 00 -6 CONCRETE FORMING 5. Do not use removable ties unless accepted by ENGINEER. Removable ties are not allowed on exterior below-grade walls or walls subject to hydrostatic pressure. If removable ties are accepted, CONTRACTOR shall submit hole repair details for ENGINEER approval. 6. Wire ties are not allowed . 7. Do not use reinforcing bars shown by the Drawings as part of the form tie system unless approved by ENGINEER. E. Form Coatings: 1. Provide commercial formulation form-coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compounds. For concrete surfaces that will be in contact with potable water or water that will be treated to become potable, form coating shall be a mineral oil base coating. F. Void-Forms : 1. Void (carton) forms shall be corrugated fiberboard used for creating a void space beneath grade beams and slabs on grade. 2. Manufacturer: Provide void-forms by one of the following: a. Savway Carton Forms b . SureVoid Products 3. Void-forms shall have moisture-resistant treated paper faces, be laminated with waterproof adhesive , and be biodegradeable. Void-forms shall have interior fabrication of uniform braced cellular configuration and shall be capable of sustaining minimum working load of 1,000 psf for minimum of ten days after concrete placement. 4 . Void form depth : As noted on the drawings 5. Protection Board a . Provide protection board over void forms located under structural slabs . The protection board shall be a hard- pressed cellulose fiber board , 1/8 inch minimum thickness. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/01/2022 0311 00-7 CONCRETE FORMING G . Soil Retainers: Provide where specified and shown on the drawings to prevent migration of backfill under suspended foundation elements : 1. Retainers shall be composed of high density polypropylene materials that are not adversely affected by moisture . They must be flexible , impact resistant and have sufficient strength to resist lateral loads applied by soil. a . Thickness : ½ inch . b . Soil retainers shall extend 6 inches above the void forms and a minimum of 3 inches below the carton forms . 2. Retainers shall be ribbed and made from high density polyethylene . Refer to the Drawings for additional information. Soil retainers shall be : a. Motzblock by M&M Construction Specialties . b. SureRetainer by SureVoid Products , Inc. PART 3 -EXECUTION 3.01 INSPECTION A . Examine substrate and conditions under which the Work will be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected . 3.02 FORM CONSTRUCTION A. Construct forms in accordance with ACI 34 7; to the exact sizes , shapes , lines, and dimensions shown ; as required to obtain accurate alignment, location , and grades; to tolerances specified ; and to obtain leve l and plumb work in finish structures . Provide for openings , offsets, keyways, recesses, moldings, rustications , reglets , chamfers , blocking , screeds, bulkheads , anchorages and inserts , and other features required. Use selected materials to obtain required finishes. Finish shall be in accordance with approved mock-up or sample panel, when specified . B . Allowable Tolerances : 1. Construct formwork to provide completed concrete surfaces complying with tolerances specified in ACI 347 , Chapter 3 , except as otherwise specified . FWW VILLAG E CREEK WRF , D IGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 03 11 00 -8 CONCRETE FORMING 2. Construct formwork to provide completed concrete surfaces complying with the following tolerances: CONFORMED , 12/01/2022 a. Vertical alignment: 1) Lines , surfaces and arises less than 100 feet in height-maximum 1 inch not to exceed a 1/2" in any 10-feet. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height -1/2 inch . 3) Lines, surfaces and arises greater than 100 feet in height -1/1000 times the height but not more than 6 inches. b. Lateral alignment: 1) Members - 1 inch . 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs -1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs -3/4 inch. c. Level alignment: 1) Elevation of slabs-on-grade -maximum 3/4 inch not to exceed ¼-inch in any 10-feet. 2) Elevation of top surfaces of formed slabs before removal of shores -3/4 inch . 3) Elevation of formed surfaces before removal of shores -3/4 inch. 4) Lintels , sills , parapets , horizontal grooves , and other lines exposed to view -1/2 inch . d . Cross-sectional dimensions : Overall dimensions of beams , joists , and columns and thickness of walls and slabs . 1) 12 inch dimension or less -plus 3/8 inch to minus 1/4 inch . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 11 00 -9 CONCRETE FORM ING CONFORMED , 12/0 1/2022 2) Greater than 12 inch to 3 foot dimension -plus 1/2 inch to minus 3/8 inch . 3) Greater than 3 foot dimension -plus 1 inch to minus 3/4 inch. e. Relative alignment: 1) Stairs: a) Difference in height between adjacent risers -1/8 inch. b) Difference in width between adjacent treads -1/4 inch . c) Maximum difference in height between risers in a flight of stairs -3/8 inch . d) Maximum difference in width between treads in a flight of stairs -3/8 inch. 2) Grooves : a) Specified width 2 inches or less -1/8 inch . b) Specified width between 2 inches and 12 inches -1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view -1/4 inch in 10 feet not to exceed 3/4 inch . 4) All other conditions -3/8 inch in 10 feet. 5) Offsets between pieces of formwork facing material : a) Class A -Architecturally or prominently exposed surfaces -1/8 inch gradual or abrupt. b) Class B -Surfaces to receive plaster or stucco -1/4 inch gradual or abrupt. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 11 00 -10 CONCRETE FORMING c) Class C -Exposed surfaces in generally unfinished spaces -1/4 inch abrupt, 1/2 inch gradual. d) Class D -Concealed surfaces -1/2 inch gradual or abrupt. C. Install forming and accessories for facilities in accordance with manufacturer's instructions , Laws and Regulations, and the Contract Documents. D. Fabricate forms for easy removal without damaging concrete surfaces . Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces . Provide top forms for inclined surfaces where the slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets , recesses , and the like, to prevent swelling and assure ease of removal. E. Provide temporary openings where interior area of forming is inaccessible for cleanout , for inspection before concrete placement, and for placing concrete. Brace temporary closures and set tightly to forms to prevent loss of cement paste. Locate temporary openings on forms in locations as inconspicuous as possible , consistent with requirements of the Work. Form intersecting planes of openings to provide true , clean-cut corners , with edge grain of plywood not exposed as form for concrete. F. Falsework: 1. Erect falsework and support, brace , and maintain falsework to safely support vertical , lateral , and asymmetrical loads applied until such loads can be supported by in-place concrete structures . Construct falsework so that adjustments can be made for take-up and settlement. 2. Provide wedges , jacks or camber strips to facilitate vertical adjustments. Carefully inspect falsework and formwork during and after concrete placement operations to determine abnormal deflection or signs of failure; make necessary adjustments to produce finished Work of required dimensions. G . Forms for Smooth Finish Concrete : 1. Do not use metal cover plates for patching holes or defects in forms . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 03 11 00 -11 CONCRETE FORMING 2 . Provide sharp, clean corners at intersecting planes, without visible edges or offsets . Back joints with extra studs or girts to maintain true , square intersections. 3. Use extra studs, walers, and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material that will produce bow . 4. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. 5. Form molding shapes, recesses , rustication joints and projections with smooth-finish materials , and install in forms with sealed joints to prevent displacement. H. Corner Treatment: 1. Form exposed corners of beams , walls , foundations , bases and columns to produce smooth, solid , unbroken lines , except as otherwise shown or indicated in the Contract Documents. Chamfer exposed corners . 2 . Form chamfers with 3/4 -inch by 3/4-inch strips , unless otherwise shown or indicated in the Contract Documents , accurately formed and surfaced to produce uniformly straight lines and tight edge joints . Use rig id PVC chamfers for architecturally formed concrete . Extend terminal edges to required limit and miter chamfer strips at changes in direction . 3 . Reentrant or internal and unexposed corners may be formed either square or chamfered. I. Jo ints : 1. For joint treatment , comply with Section 03 15 00 , Concrete Accessories . Locate joints as shown and specified . J. Openings and Built-In Work : 1. Provide openings in concrete forming shown or required under other Sections . Refer to Paragraph 1.1.B of this Section for coordination requ irements . 2 . Accurate ly place and securely support items to be built into forms . K. Sealing Forming: CONFORM ED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIG ESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 11 00 -12 CONCR ET E FORM ING 1. Forming joints shall be tight-fitting or otherwise sealed to prevent loss of cement paste. 2. Provide forming resting against concrete surfaces with compressible gasket material between the concrete and edge of form , to fill irregularities and create tight seal. L. Cleaning and Tightening : 1. Thoroughly clean forms and adjacent surfaces to receive concrete . Remove chips , wood, sawdust, dirt, and other debris just before concrete is placed . Retighten forms immediately after placing concrete , as required to eliminate cement paste leaks. M . Tie Hole Repair: 1. Repair t ie holes in accordance with Section 03 30 00 , Cast-In- Place Concrete . 3.03 FORM COATINGS A. Coat form contact surfaces with non-staining form-coating compound before installing reinforcing materials . Do not allow excess form coating material to accumulate in forms or come into contact with surfaces that will be bonded to fresh concrete . Apply in compliance with manufacturer's instructions . B. Coat steel forms with non-staining , rust-preventative form oil , or otherwise protect against rusting . Do not use rust-stained steel forming . C . For concrete surfaces that will be in contact with potable water or water that will be treated to become potable , form coating shall be mineral-oil base coating. 3.04 INSTALLATION OF EMBEDDED ITEMS A. Set and build into forming anchorage dev ices and other embedded items, shown , specified , or required under other Sections. Refer to Paragraph 1.1.B of this Section for coordination requirements . Use necessary setting drawings , diagrams , instructions, and directions . B. Edge Forms and Screeds Strips for Slabs: 1. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in finished slab surface. Provide and secure units to support screeds . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/0 1/2022 03 11 00 -1 3 CONCRETE FORMING 3.05 VOID-FORMS A. Install void forms in all locations shown on the Drawings . In general, void forms shall be placed below all structural elements supported by piers to separate these elements from the earth . B. Seal discontinuous ends of void forms and tape all joints with waterproof tape so that concrete will not enter the void space during placement of concrete . Do not leave gaps between void form sections. C. Remanufactured void forms with circular edges shall be used around all drilled piers. D. Do not allow any portion of void forms to fall within the circumference of piers causing a reduction in the bearing area . E. Protect void forms from water. Do not install void forms during wet weather or on wet ground. Void forms which become saturated prior to placement of concrete shall be removed and replaced . F. Exercise care in placement of concrete to avoid collapse of void forms. If void forms collapse, soil beneath the concrete shall be dug out and a proper void space shall be created by installing precast concrete soil retainers . G. Void forms under slabs shall be protected by a layer of one-eighth inch thick protection board followed by a vapor barrier or retarder per the specifications. Do not install void forms under soil supported slabs on grade unless noted otherwise . 3.06 FIELD QUALITY CONTROL A. Tests and Inspections: 1. Before placing concrete, check ties, tie cones, tie waterstops, embedded items , form coatings , forming stability, alignment, and tolerances. Make corrections and adjustments to ensure forming complies with intent of the forming design, proper stability of forming systems, and accurate size and location of concrete members. 2 . During concrete placing , check forming and related supports to ensure that forms are not displaced and that completed Work will be within specified tolerances . 3 . If forms are unsatisfactory in any way, either before or during concrete placing, stop or postpone placing of concrete until FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 11 00 -14 CONCRETE FORMING defects are corrected as required by CONTRACTOR's or Supplier's professional engineer and accepted by ENGINEER. 3.07 REMOVAL OF FORMS A. Determination of time between placing concrete and removing forms is CONTRACTOR's responsibility. Requirements specified in this Section are minimum times and requirements intended to ensure that concrete will support its own weight, and do not consider additional effects of the construction. Additional effects of the construction shall be accounted for by CONTRACTOR when determining time for removing forming. Time for removing of forms is subject to ENGINEER's acceptance. B. Comply with requirements of ACI 301 and ACI 347, except as indicated in the Contract Documents. C. Removal of Forms for Walls, Columns, Sides of Beams and Girders , and Slab and Foundation Edges: 1. Comply with requirements of Table 03 11 00-A of this Section. 2. When average daily ambient air temperature is below 50 degrees F, do not remove forms until concrete attains minimum compressive strength indicated in Table 03 11 00-A for form removal, and comply with Paragraph 3.8.C .3 .b of this Section . 3 . Concrete Strength Requirements for Form Removal: a. For other than beams and elevated slabs, do not remove forms until concrete attains minimum concrete compressive strength indicated in Table 03 11 00-A for form removal. b. For beams and elevated slabs, do not remove supporting forms or shoring until concrete attains minimum of 90 percent of its specified compressive strength. TABLE 0311 00-A, REMOVAL OF FORMS Average Daily Ambient Air Temperature (deg F) Min. Concrete 60 F to 50 F to Compressive Over 70 Below Strength for Component F 70 F 60 F 50 F Form Removal Walls CONFORMED , 12/01/2022 One day Two days Three See 750 psi days Para- FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 11 00 -15 CONCRETE FORMING Columns Two days Three Four graph 1000 psi days days 3 .08 .C .2 of this Side of Section beams and One day One day Two days 500 psi girders Slab and foundation One day One day Two days 500 psi edges D . Alternative Criteria for Removing Forms for Walls , Columns , Sides of Beams and Girders, and Slab and Foundation Edges: CONTRACTOR has the option of submitting an alternative removal of forms table , together with supporting data, for ENGINEER's acceptance. Support ing data shall include representative field data for each different placement amb ient temperature condition and minimum of three tests per temperature condition to ensure that accurate correlation between concrete strength and placement temperature is obtained . E . Determination of In-place Concrete Strength : 1. Determ ine compressive strength of in-place concrete by compression test specimens cured at the Site under the same cond itions of temperature and moisture as the concrete member under consideration . F. When high-early strength concrete is used , time for remov ing the forms will be developed at the Site from the age/strength relationships established for the materials and proportions used by tests in accordance with ACI 301 . G . Continue curing , including bottom surfaces of slabs and beams , after form removal in accordance with Section 03 30 00 , Cast-In-Place Concrete . 3.08 PERMANENT SHORES A. Provide permanent shores in accordance with ACI 347 . B. Reshores are not allowed . 3.09 RE-USE OF FORMS A. Clean and repair surfaces of forms to be re-used in the construction . Do not use split, frayed , delam inated , or otherwise damaged form facing CONFORM E D, 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 11 00 -1 6 CONCRET E FORM ING material. Apply form coating compound material to concrete contact surfaces as specified for forming . B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets. Do not use "patched" forms for exposed concrete surfaces . Form surfaces are subject to ENGINEER's approval. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 0311 00-17 CONCRETE FORMING PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: SECTION 03 15 00 CONCRETE ACCESSORIES 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install concrete accessories. B. Related Sections: 1. Section 03 11 00, Concrete Forming. 2 . Section 03 60 00, Grouting. 3 . Section 07 92 00 , Joint Sealants . 1.02 REFERENCES A. Standards referenced in this Section are: 1. ACI 301, Standard Specifications for Structural Concrete. 2 . ASTM 01752 , Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction. 3. CRD-C572, U.S. Army Corps of Engineers Specifications for Polyvinyl- Chloride Waterstop. 1.03 SUBMITTALS A. Action Submittals: Submit the following: 1. Shop Drawings : a . Layout of construction and expansion joint locations. Submit and obtain approval prior to submitting concrete reinforcement Shop Drawings . b. For construction and expansion joints that require waterstops, submit layout of locations showing waterstop details. Indicate waterstop FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 15 00-1 CONCRETE ACCESSORIES type, waterstop joint conditions, and details on how joint conditions will be handled. c . Layout of all control joint locations . 2. Samples : a . Submit Sample , at least six inches long each, of each type of waterstop proposed for use . b . Submit Sample of foam rubber and cork expansion joint fillers. c. Submit Sample of each type of prefabricated PVC waterstop joint. B. Informational Submittals: Submit the following: 1. Manufacturer's Instructions : Manufacturer's specifications and installation instructions for all materials required . 1.04 DELIVERY, STORAGE AND HANDLING A. Transportation and Handling of Products : 1. Deliver materials to Site to ensure uninterrupted progress of the Work. 2. Comply with Section 01 65 00, Product Delivery Requirements. B. Storage and Protection: 1. Store concrete joint materials on platforms or in enclosures or covered to prevent contact with ground and exposure to weather and direct sunlight. Comply with manufacturer's storage and protection requirements . 2. Comply with Section 01 66 00 , Product Storage and Handling Requirements . PART 2 -PRODUCTS 2.01 WATERSTOPS A. Polyvinyl Chloride (PVC): 1. Material Requirements : a. Waterstops shall be extruded from elastomeric PVC compound containing plasticizers, resins, stabilizers, and other materials necessary to meet requirements of the Contract Documents and requirements of CRD-C572. Do not use reclaimed or scrap material. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/01/2022 03 15 00-2 CONCRETE ACCESSORIES b . Tensile strength of finished waterstop: 1,400 psi, minimum. c . Ultimate elongation of finished waterstop: 280 percent, minimum . d. Minimum thickness shall be 3/8-inch over entire width of waterstop . e . Provide waterstops with minimum of seven ribs equally spaced at each end on each side . First rib shall be at the edge . Ribs shall be a minimum of 1/8- inch in height. f. Provide waterstops with hog rings or factory-installed grommets anchored to exterior ribs to facilitate tying waterstop in position . 2. Split waterstops are not allowed. 3. Construction Joints: Waterstops shall be flatstrip ribbed type, six-inch minimum width, unless otherwise shown or indicated in the Contract Documents. 4. Expansion Joints: Waterstops shall be centerbulb ribbed type, nine-inch minimum width, unless otherwise shown or indicated in the Contract Documents . Centerbulb shall have minimum outside diameter of 7/8-inch . 5. Retrofit Applications: Waterstops shall be T-profile, centerbulb ribbed type with six-inch minimum projection into new concrete and anchored to the existing concrete via stainless steel anchor bolts and an epoxy bed. 6 . Product and Manufacturer: Provide one of the following: a. W.R. Meadows, Inc. b . Durajoint Concrete Accessories. c. Greenstreak Plastic Products Company. d. Vinylex Corporation. B . Hydrophilic Waterstop Materials : 1. General Material Properties: a . Bentonite-free, and expandable by minimum of 80 percent of dry volume in presence of water to form watertight joint seal without damaging concrete in which material is cast. Provide only where shown or indicated in the Contract Documents. b . Material shall be composed of resins and polymers that absorb water and cause an increase in volume in completely reversible and FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 15 00-3 CONCRETE ACCESSORIES repeatable process. Waterstop material shall be dimensionally stable after repeated wet-dry cycles with no deterioration of swelling potential. c . Select materials that are recommended by manufacturer for type of liquid to be contained . 2. Hydrophilic Rubber Waterstop : a. Minimum cross sectional dimensions shall be 3/16-inch by 3/4-inch . b . Product and Manufacturer: Provide one of the following: 1) Duroseal Gasket, by BBZ USA, Inc. 2) Adeka Ultraseal MC-201 OM , by Asahi Denka Kogyo K.K. 3) Hydrotite, by Greenstreak Plastic Products Company . 3 . Hydrophilic Sealant: a. Hydrophilic sealant shall adhere firmly to concrete, metal, and PVC in dry or damp condition. When cured sealant shall be elastic indefinitely. b . Product and Manufacturer: Provide one of the following: 1) Duroseal Paste , by BBZ USA, Inc. 2) Adeka Ultraseal P-201, by Asahi Denka Kogyo K .K. 3) Hydrotite, by Greenstreak Plastic Products Company . 4) SikaSwell S, by Sika Corporation. 2.02 PREFORMED EXPANSION JOINT FILLER A. Provide preformed expansion joint filler complying with ASTM 01752, Type I (sponge rubber) or Type II (cork). 2.03 CONCRETE CONSTRUCTION JOINT ROUGHENER A. Provide water-soluble non-flammable, surface-retardant roughener. B . Product and Manufacturer: Provide one of the following for the types of joints specified : 1. Rugasol-S , by Sika Corporation for horizontal joints only. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 15 00-4 CONCRETE ACCESSORIES 2. Concrete Surface Retarder-Formula S , by Euclid Chemical Company , for horizontal joints only . 3 . Concrete Surface Retarder-Formula F, by Euclid Chemical Company, for vertical joints only . 4 . TK-6100 Concrete Form Surface Retarder, by TK Products . 2.04 EPOXY BONDING AGENT A. Provide a two-component epoxy-resin bonding agent. B . Product and Manufacturer: Provide one of the following: 1. Sikadur 32 Hi-Mod LPL, by Sika Corporation . 2 . Eucopoxy LPL , by the Euclid Chemical Company. 3 . Resi-Bond J-58, by Dayton Superior. 2.05 EPOXY-CEMENT BONDING AGENT A. Provide three component epoxy resin-cement blended formulated as bonding agent. B. Product and Manufacturer: Provide one of the following : 1. Sika Armatec 110 EpoCem , as manufactu red by Sika Corporation . 2 . Duralprep A.C ., as manufactured by the Euclid Chemical Company. 3. Emaco P24, as manufactured by MBT/ChemRex . 2.06 JOINT SEALANT AND ACCESSORIES A. For joint sealants and accessories used on isolation joints , control joints , and expansion joints , refer to Section 07 92 00 , Joint Sealants. 2.07 CONCRETE BOND BREAKERS A. Provide asphalt-saturated rag felt building paper, not less in weight than commercially known as 15 pound felt building paper, which weighs 15 pounds per 100 square feet. B. Chemical Bond Breaker: 1. Provide medium solids resin solution chemical concrete bond breaker complying with ASTM C309 , Type I, Class B. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/0 1/2022 03 15 00-5 CONCRETE ACCESSORIES 2.08 NEOPRENE BEARING PADS A. Product and Manufacturer: Provide one of the following: 1. 65 Durometer, Sheet Neoprene No. 1200, as manufactured by Williams Products Company . 2. Or equal. PART 3 -EXECUTION 3.01 INSPECTION A. CONTRACTOR and installing Subcontractor, if any, shall examine substrate and conditions under which the Work is to be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.02 CONSTRUCTION JOINTS A. Comply with requirements of ACI 301 and the Contract Documents . B. Locate and install construction joints as shown or indicated on the Drawings. Where not shown or indicated, locate joints to not impair strength of the structure; position joints at points of minimum shear. Location of joints shall be approved by ENGINEER. In addition to joints shown or indicated on the Drawings, locate construction joints as follows: 1. In foundation mats , locate joints at spacing of approximately 40 feet. Joints shall be located within middle third of element span, unless otherwise shown or indicated on the Drawings . Element span shall be considered distance between piles or, as determined by ENGINEER, distance between bearing elements, such as columns, exterior walls and interior walls . Place concrete in strip pattern, unless otherwise shown or indicated on the Drawings. 2. In walls, locate joints at a maximum spacing of 40 feet. Locate the first interior joint from a wall intersection between 10 to 20 feet from the wall intersection. 3 . In structural slabs and beams , joints shall be located within middle third of element span and shall be located in compliance with ACI 301, unless otherwise shown or indicated on the Drawings . 4. In slabs on grade, locate joints at spacing of approximately 40 feet. Place concrete in strip pattern, unless otherwise shown or indicated on the Drawings. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 15 00-6 CONCRETE ACCESSORIES C. Horizontal Joints: 1 . Roughen concrete at interface of construction joints by abrasive blasting, hydroblasting, or using surface retardants and water jets to expose aggregate and remove accumulated concrete on projecting rebar immediately subsequent to form stripping, unless otherwise approved by ENGINEER. Immediately before placing fresh concrete , thoroughly clean existing contact surface using stiff brush or other tools and stream of pressurized water. Surface shall be clean and wet, and free from pools of water at time of placing fresh concrete . 2. Remove laitance, waste mortar, and other substances that may prevent complete adhesion. Where joint roughening was performed more than seven days prior to concrete placing or where dirt or other bond reducing contaminants are on surface , perform additional light abrasive blasting or hydroblasting to remove laitance and all bond-reducing materials just prior to concrete placement. 3. Provide over contact surface of concrete a six-inch layer of Construction Joint Grout as specified in Section 03 60 00 , Grouting . Place fresh concrete before grout has attained its initial set. Placement of grout may be omitted if concrete mix has slump increased to at least six inches by addition of high range water reducer. D . Vertical Jo ints : 1. Apply roughener to the form in thin , even film by brush , spray, or roller in accordance with manufacturer's instructions . After roughener is dry, concrete may be placed. 2. When concrete has been placed , remove joint surface forms as early as necessary to allow for removal of surface retarded concrete . Forms covering member surfaces shall remain in place as required under Section 03 11 00 , Concrete Form ing . Wash loosened material off with high- pressure water spray to obtain roughened surface subject to approval by ENGINEER. Alternately , surface shall be roughened by abrasive blasting or hydroblasting to expose aggregate . Outer one-inch of each side of joint face shall be masked and protected from blasting to avoid damaging member surface . 3.03 EXPANSION JOINTS A. Comply w ith requ iremen t s of ACI 301 and th is Section . 8 . Locate and install expansion joints as shown and indicated in the Contract Documents . Install joint filler in accordance with manufacturer's instructions . Install sealants as specified in this Section. FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CI TY PROJECT NO . 102652 CONFORMED , 12/01 /2022 03 15 00-7 CONCRETE ACCESSORIES 3.04 CONTROL JOINTS A. Provide control joints in non-water bearing slabs on grade as shown or indicated on the Drawings. Where control joints are not shown or indicated on the Drawings, space control joints at 24 to 36 times thickness of slab in both directions . Locate control joints only at places approved by ENGINEER. B . A groove , with depth of at least 25 percent of the member thickness, shall be tooled, formed, or saw-cut in concrete. Groove shall be filled with joint sealant material in accordance with Section 07 92 00, Joint Sealants. C. Where control joint is formed by sawcutting, make sawcut in presence of ENGINEER immediately after concrete has set sufficiently to support the saw and be cut without damage to concrete . Keep concrete continually moist during cutting. Joints shall be approximately 1/8-inch wide. D . Control joints may be formed with tool or by inserting joint forming strip . After concrete has achieved design strength, remove upper portion of joint forming strip and fill void with sealant. 3.05 ISOLATION JOINTS A. Provide isolation joint where sidewalk or other slab on grade abuts a concrete structure and slab on grade is not shown doweled into that structure. Form isolation joint by 1 /2-inch joint filler with upper 1 /2-inch of joint filled with sealant. 3.06 WATERSTOPS A. General: 1. Comply with ACI 301 and this Section. Make joints in accordance with manufacturer's instructions. 2 . Provide PVC waterstops, except where otherwise shown or indicated on the Drawings. 3. Provide waterstops in all joints where concrete construction is below grade or intended to retain liquid. Install waterstop to the higher of: at least 12 inches above grade, or 12 inches above overflow liquid level in tanks . 4. Waterstops shall be fully continuous for extent of joint and with waterstops in intersecting joints. Maintain waterstop continuity at transitions between waterstops in joints at different levels and orientations. 5. In vertical joints in walls that are free at the top, waterstops shall extend no closer than six inches from top of wall. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /20 22 03 15 00-8 CONCRETE ACCESSORIES 6. In plac ing concrete around horizontal waterstops , with waterstop flat face in horizontal plane , work the concrete under waterstops by hand to avoid forming air and rock pockets. B. Polyvinyl Chloride Waterstop: 1. Waterstops shall be positively held from displacement during concrete placing . Tie waterstops to reinforcement or other rigid supports at maximum spacing of 18 inches so that waterstop is securely and rigidly supported in proper position during concrete placing. Continuously inspect waterstops during concrete placing to ensure proper pos itioning. 2. Perform splicing in waterstops by heat sealing adjacent waterstop sections in accordance with manufacturer's printed recommendations. The following is required : a . Material shall not be damaged by heat seal ing. b . Splices shall have tensile strength of not less than 60 percent of unspliced material 's tensile strength. c . Maintain the continuity of waterstop r ibs and of its tubular center axis. 3 . Only butt-type joints of ends of two identical waterstop sections shall be made while material is in forms . 4 . Prefabricated PVC Waterstop Joint: a. Joints with waterstops involving more than two ends to be jointed together , and joints that involve an angle cut, alignment change, or joining of two dissimilar waterstop sections, shall be prefabricated by CONTRACTOR or manufacturer prior to plac ing in the forms . b . Prefabricated joints shall have minimum of 2 .0 feet of waterstop material beyond joint in each direction . c . Install prefabricated joint assembly in the forms and butt-weld each two-foot end to a straight-run portion of waterstop in place in the forms. 5 . Where centerbulb waterstop intersects and is jointed with non-centerbulb waterstop , seal end of centerbulb using additional PVC material as requ ired . 6. Symmetrical halves of waterstops shall be equally d ivided between concrete placements at jo ints and centered within joint width , unless shown or ind icated otherw ise in the Contract Documents . Place centerbulb FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2 022 03 15 00 -9 CONCRETE ACCESSORIES waterstops in expansion joints so that centerbulb is centered on joint filler material. 7. When waterstop is installed in the forms or embedded in first concrete placement and waterstop remains exposed to atmosphere for more than four days , implement suitable precautions to shade and protect exposed waterstop from direct rays of sun during entire exposure , until exposed portion of waterstop is embedded in concrete . 8 . Protect waterstop placed in joints intended for future concrete placement from direct rays of the sun by temporary means until permanent cover is installed , so that waterstop is not exposed to direct rays of the sun for more than four days total. C . Hydrophilic Rubber Waterstop ·and Sealant: 1. Where a hydrophilic rubber waterstop or sealant is required in accordance with the Contract Documents , or where approved by ENGINEER , install waterstop or sealant in accordance with manufacturer's instructions and recommendations ; except , as modified in the Contract Documents . 2. When requested by ENGINEER, provide manufacturer's technical assistance at the Site . 3. Locate waterstop or sealant as near as possib le to center of joint. Waterstop or sealant shall be continuous around entire joint. Minimum distance from edge of waterstop to face of the member shall be three inches. 4. Where hydrophilic rubber waterstop is used in combination with PVC waterstop , hydrophilic rubber waterstop shall overlap PVC waterstop for minimum of six inches . Fill contact surface between hydrophilic rubber waterstop and PVC waterstop w ith hydrophilic sealant. 5 . Where wet curing methods are used , apply hydrophilic rubber waterstop and sealant after curing water is removed and just prior to closing up of the forms for concrete placement. Protect hydrophilic rubber waterstop and sealant from direct rays of sun and from becoming wet prior to concrete placement. If material becomes wet and expands , allow material to dry until material has returned to original cross sectional dimensions before placing concrete . 6. Install hydrophilic rubber waterstop in bed of hydrophil ic sealant, before sk inning and curing begins , so that irregularities in concrete surface are completely filled and waterstop is bonded to sealant. After sealant has cured , install concrete nails , with washers of a diameter equal to waterstop width , to secure waterstop to concrete at maximum spacing of 1.5 feet. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CI T Y PROJECT NO . 102652 CONFORMED , 12/0 1/2022 03 15 00-1 0 CONCRETE ACCESSORIES 7. Prior to installing hydrophilic sealant, wire brush or sandblast the concrete surface to remove laitance and other materials that may interfere with bonding. Metal and PVC surfaces to receive sealant shall be cleaned of paint and any material that may interfere with bond. When sealant alone is shown or indicated in the Contract Documents, place sealant placed in built-up bead which has a triangular cross section with each side of triangle at least 3/4-inch long, unless otherwise indicated in the Contract Documents . Do not place concrete until sealant has cured as recommended by sealant manufacturer. 3.07 BONDING AGENT A. Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place for at least 60 days , and for bonding to existing concrete. B . Use epoxy-cement bonding agent for the following: 1. Bonding toppings and concrete fill to concrete that has been in place for at least 60 days , and for bonding to existing concrete . 2. For locations where bonding agent is required and concrete cannot be placed within open time period of epoxy bonding agent. 3 . Bonding of horizontal construction joints where joints are required in accordance with the Drawings or approved by ENGINEER for foundation mats that are five feet thick or greater. C . Use cement-water slurry as bonding agent for toppings and concrete fill to new concrete. Cement water slurry shall be worked into surface w ith stiff bristle broom and place the concrete before cement-water slurry dries. D. Handle and store bonding agent in accordance with manufacturer's printed instructions and safety precautions . E. Mix bonding agent in accordance with manufacturer's instructions. F. Before placing fresh concrete, thoroughly roughen and clean hardened concrete surfaces and coat with bonding agent not less than 1/16-inch thick. Place fresh concrete while bonding agent is still tacky (within its open time), without removing in-place bonding agent coat, and as directed by manufacturer. 3.08 3.08 BEARING PAD INSTALLATION A. Neoprene Bearing Pad: Install with water insensitive adhesive in accordance with manufacturer's instructions . END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 15 00-11 CONCRETE ACCESSORIES THIS PAGE INTENTIONALLY LEFT BLANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 15 00-12 CONCRETE ACCESSORIES PART 1 -GENERAL 1.01 DESCRIPTION A. Scope : SECTION 03 20 00 CONCRETE REINFORCING 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified , and required to furnish and install concrete reinforcing. 2. Extent of concrete reinforcing is shown and indicated in the Contract Documents . 3 . Work includes fabrication and placement of reinforcing including bars, ties , and supports, and welded wire fabric for concrete , encasements, and fireproofing. B. Related Sections: 1. Section 03 15 00, Concrete Accessories. 2 . Section 05 05 33, Anchor Systems . 1.02 REFERENCES A. Standards referenced in this Section are : 1. ACI 315 , Details and Detailing of Concrete Reinforcement. 2. ACI 318, Building Code Requirements for Structural Concrete . 3. ACI 350 , Code Requirements for Environmental Engineering Concrete Structures. 4. ANSI/AWS D1 .4 , Structural Welding Code -Reinforcing Steel. 5. ASTM A82 , Spec ification for Steel Wire, Pla in, for Concrete Reinforcement. 6. ASTM A185, Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. 7 . ASTM A615, Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. 8. ASTM A706, Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 20 00-1 CONCRETE REINFORCING 9 . ASTM E329 , Specification for Agencies Engaged in Construction Inspection and/or Testing . 10 . Concrete Reinforcing Steel Institute (CRSI), CRSI 1 MSP, Manual of Standard Practice. 11. ICC Evaluation Service (ES) AC 308 , Acceptance Criteria for Post-Installed Anchors in Concrete Elements. 1.03 QUALITY ASSURANCE A. Qualifications: 1. Testing Laboratory: Shall meet requirements of ASTM E329 and shall have experience in the testing welded splices of reinforcing steel and tension testing of reinforcing bars set in adhesive in hardened concrete. 2 . Installer of Adhesive Dowels: Shall be experienced and certified by manufacturer of adhesive as possessing necessary training for installing manufacturer's products. Distributors or manufacturer's representatives shall not provide product training unless qualified as certified trainers by anchor manufacturer. 1.04 SUBMITTALS A. Action Submittals : Submit the following: 1. Shop Drawings: a. Drawings for fabricating , bending , and placing concrete reinforcing. Comply with ACI 315 , Parts A and B. b . For walls , show elevations at minimum scale of 1/4-inch to one foot. 1) Elevations shall show all openings and reference details that identify additional reinforcing required around each opening. 2) Elevations shall denote each wall intersection and reference a detail that identifies add itional reinforcing required at wall intersection. As an alternate to providing separate details for each wall intersection, provide overall plan detailing only the additional wall intersection reinforcing for each wall intersection . c . For slabs and mats , show top and bottom reinforcing on separate plan views. 1) CONFORMED , 12/01/2022 Plans shall show all openings and shall reference details that identify additional reinforc ing around each opening. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 20 00-2 CONCRETE REINFORCING d. Show bar schedules , stirrup spacing , diagrams of bent bars , location of bar splices, length of lap splices , arrangements, and assemblies, as required for fabricating and placing concrete reinforcing unless otherwise noted. e. Provide plans and elevations detailing location, spacing, and lengths of masonry wall dowels , where masonry is required. Coordinate location of dowels with masonry openings and with standard modular spacing . Submit masonry wall dowels with reinforcing submittal for element into which masonry dowel will be embedded . Coordinate with Section 04 05 05, Unit Masonry Construction. f. Splices shall be kept to a minimum. Avoid, when possible, splices in regions of maximum tensile stresses . g . Drawings detailing location of all construction and expansion joints, as required under Section 03 15 00, Concrete Accessories, shall be submitted and approved before Shop Drawings for reinforcing are subm itted . h. Drawings detailing location , spacing, edge distance , and embedment depth of adhesive dowels. Adhesive system shall be submitted and approved before Shop Drawings with adhesive dowels are submitted . 2 . Product Data: a. Manufacturer's product data for adhesive, if not submitted under other Sections . b . Adhesive manufacturer's test data and ICC ES report to verify specified capacity of adhesive dowels. B . Informational Submittals: Submit the following : 1. Certificates: a. Steel manufacturer's certificates of mill analysis , tensile , and bend tests for reinforcing steel. b. Certification of welders and weld procedures for splices. c. Adhesive manufacturer's certification verifying that installer is qualified and using proper installation procedures . 2. Manufacturer's Instructions : a. Installation instructions for adhesive systems . 3 . Special Procedure Submittals ; Description of reinforcing weld locations and weld procedures. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 20 00-3 CONCRETE REINFORCING 1.05 DELIVERY, HANDLING, AND STORAGE A. Deliver concrete reinforcing products to Site bundled, tagged, and marked. Use metal tags indicating bar size , lengths, and other information corresponding to markings on approved Shop Drawings . 8 . Store concrete reinforcing products to prevent damage and accumulation of dirt and excessive rust. Store on heavy wood blocking so that reinforcing does not come into contact with the ground. PART 2 -PRODUCTS 2.01 MATERIALS A. Reinforcing Bars : Shall be deformed in accordance with ASTM A615, and as follows: 1. Provide Grade 60 for all bars, unless indicated otherwise. 8 . Mechanical Couplers : Reinforcement bars may be spliced with mechanical connection. Connection shall be full mechanical connection that shall develop in tension or compression , as required , at least 125 percent of specified yield strength (fy) of bar in accordance with ACI 318 and ACI 350. Where splices at the face of wall are shown or approved by ENGINEER, form saver-type mechanical couplers may be used . Form- saver couplers shall have integral plates designed to positively connect coupler to formwork. C . Steel Wire : Shall be in accordance with ASTM A82 . D. Welded Smooth Wire Fabric: Shall be in accordance with ASTM A185 . 1. Furnish in flat sheets, not rolls . E. Column Spirals : Hot-rolled rods for spirals, conforming to ASTM A615 . F. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing , supporting and fastening reinforcing in place . 1. Use wire bar type supports complying with CRSI 1 MSP recommendations , except as specified in this Section . Do not use wood, brick, or other unacceptable materials. 2. For slabs on grade, use precast concrete blocks, four inches square in plan , with embedded tie wire as specified by CRSI 1 MSP. Precast concrete blocks shall have same or higher compressive strength as specified for concrete in which they are located. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 20 00-4 CONCRETE REINFORCING 3 . For concrete surfaces where legs of supports are in contact with forms, provide supports complying with CRSI 1 MSP as follows: a . At formed surfaces in contact with soil, weather, or liquid, or located above liquid , supports shall be CRSI Class 1 for maximum protection . Plastic coating on legs shall extend at least 0 .5-inch upward from form surface . b. At interior dry surfaces (not located above liquid), supports shall be either Class 1 or Class 2 for moderate protection . 4. Over waterproof membranes , use precast concrete chairs . G. G. Adhesive Dowels : 1. Dowels : a . Dowel reinforcing bars shall be deformed in accordance with ASTM A615 , Grade 60 . 2. Adhesive : a . Requirements for adhesive are specified under requirements for concrete adhesive anchors in Section 05 05 33 , Anchor Systems . 2.02 FABRICATION A . General: Fabricate reinforcing bars to conform to required shapes and dimensions , with fabrication tolerances complying with CRSI 1 MSP . In case of fabricat ing errors , do not re-bend or straighten reinforcing in manner that injures or weakens material. B . Unacceptable Materials : Reinforcing with one or more of the following defects is not allowed : 1. Bar lengths , bends , and other dimens ions exceeding specified fabrication tolerances . 2 . Bends or kinks not shown on approved Shop Drawings . C . Bars that do not meet or exceed their ASTM specification requirements when hand-wire- brushed , with respect to cross section , nominal weight, or average height of deformations .EXECUTION 2.03 INSPECTION A. Examine the substrate and conditions under which concrete reinforcing is to be placed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with Work until unsatisfactory conditions have been corrected. CON FORMED , 12/01 /2022 FWW VI LLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 20 00 -5 CONCRETE REINFORCING 2.04 INSTALLATION A. Comply with applicable recommendations of Laws and Regulations, applicable standards, and CRSI 1 MSP for details and methods of reinforcing placement and supports. B. Clean reinforcing to remove loose rust and mill scale, earth , ice, and other materials that reduce or destroy bond with concrete . C. Position, support, and secure reinforcing against displacement during formwork construction and concrete placing . Locate and support reinforcing by metal chairs, runners, bolsters, spacers, and hangers , as required . 1. Place reinforcing to obtain minimum concrete coverages specified in ACI 318, AC I 350 , and the Contract Documents. Arrange , space , and securely tie bars and bar supports together with 16-gage wire to hold reinforcing accurately in position during concrete placing . Set wire ties so that twisted ends are directed away from exposed concrete surfaces. 2. Prior to placing concrete, using surveyor's level or string line, demonstrate to ENGINEER that specified cover of reinforcing has been attained . 3. Do not secure reinforcing steel to forms with wire, nails, or other ferrous metal. Metal supports subject to corrosion shall not touch formed or exposed concrete surfaces . D. Allowable Placing Tolerances : Comply with ACI 318, Chapter 7 -Details of Reinforcement, and ACI 350 , Chapter 7 -Details of Reinforcement, except as specified in this Section : 1. Concrete surfaces in contact with liquid shall have minimum of two inches of concrete over reinforcing steel. E. Provide sufficient number of supports of strength required to carry reinforcing. Do not place reinforcing bars more than two inches beyond last leg of continuous bar support. Do not use supports as bases for runways for concrete conveying equipment and similar construction loads . F. Lap Splices: 1. Provide standard reinforcing splices by lapping ends, placing bars in contact, and tying tightly with wire . Comply with requirements shown for minimum lap of spliced bars as shown on the Drawings. G . Install welded wire fabric in lengths as long as practical. Lap adjoining pieces at least one full mesh and lace splices with 16-gage wire . Do not make end laps midway between supporting beams, or directly over beams of continuous structures . Offset end laps in adjacent widths to prevent continuous laps . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 20 00-6 CONCRETE REINFORCING H . Mechanical Couplers: 1. Mechanical butt splices shall be in accordance with recommendations of mechanical splicing device manufacturer. Butt splices shall develop 125 percent of specified minimum yield tensile strength of spliced bars or of smaller bar in transition splices. Bars shall be flame-dried before butt splicing . Provide adequate jigs and clamps or other devices to support, align, and hold longitudinal centerline of bars being butt spliced in straight line . I. Welded Spl ices: 1. Welded splices are not allowed. J . Adhes ive Dowels: 1. Comply w ith manufacturer's written installation instructions and requirements of th is Section. 2 . Drill holes to adhesive system manufacturer's recommended drill bit diameter and to specified depth . Drill holes in hammering and rotation mode with carbide-tipped drill b its complying w ith tolerances indicated in ANSI 8212.15. Core-drilled holes shall not be permitted . 3 . Before setting adhesive dowel , hole shall be made free of dust and debris by method recommended by adhes ive system manufacturer. Brush the hole with adhesive system manufacturer-approved brush and blow hole clean with clean , dry , oil-free compressed air to remove all dust and loose particles. Hole shall be dry as defined by adhesive system manufacturer. 4 . Before injecting adhesive, obta in ENGINEER's concurrence that hole is dry and free of oil and other contaminants. 5 . Prior to injecting adhes ive into the drilled hole, dispense to an appropriate location for waste an in it ial amount of adhesive from the mixing nozzle until adhes ive is a uniform color, ind icating that product is properly mixed. 6. Inject adhesive into hole through injection system-mixing nozzle and extension tubes (as required) placed to bottom of hole . Withdraw nozzle 's d ischarge end as adhesive is placed while keeping nozzle immersed to prevent formation of air pockets . Fill hole to depth that ensures that excess material is expelled from hole during dowel placing . 7 . Twist dowel during insertion into partially-filled hole to ensure full wetting of rod surface with adhesive. Insert rod slowly to avoid developing air pockets. 8 . Prov ide adequate curing in accordance to adhesive system manufacturer's requirements prior to continuing with adjoin ing or adjacent Work that could impose CONFORMED , 12 /01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 20 00-7 CONCRETE RE INFORC ING or impart load on the dowels . Do not begin adjoining or adjacent Work until dowels are successfully tested or when approved by ENGINEER. 9 . Limitations : a. Installation Temperature: Comply with manufacturer's instructions for installation temperature requirements . Provide temporary protection and other measures , such as heated enclosures , necessary to ensure that base material temperature complies with requirements of adhesive systems manufacturer during installation and adhesive system curing . b. Oversized Holes: Advise ENGINEER immediately if size of drilled hole is larger than recommended by adhesive system manufacturer. Cost of corrective measures , including but not limited to redesign of dowels due to decreased capacities , shall be paid by CONTRACTOR. 2.05 FIELD QUALITY CONTROL A. Site Inspections and Tests : 1. General : a. Do not place concrete until reinforcing is inspected, and permission for placing concrete is granted by the ENGINEER or Owner's Representative. Concrete placed in violation of this provision will be rejected. b . Do not close up formwork for walls and other vertical members until reinforcing is inspected, and permission for placing concrete is granted by ENGINEER or Owner's Representative. Concrete placed in violation of this provision will be rejected. c. Correct defective Work by removing and replacing or correcting, as required by ENGINEER or Owner's Representative. d . CONTRACTOR shall pay cost of corrections and subsequent testing required to confirm integrity of post-installed anchors. e. Testing laboratory shall submit test results to CONTRACTOR and ENGINEER within 24 hours of completion of test. 2 . Site Tests: a . CONTRACTOR shall employ testing laboratory to perform field quality testing of adhesive dowels at the Site. 1 ) CONFORMED , 12/01/2022 Testing shall comply with ASTM E488 . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 20 00-8 CONCRETE REINFORCING 2) Test at least ten percent of each type of adhesive dowel. If one or more dowels fail the test, CONTRACTOR shall pay cost to test all dowels of same diameter and type installed on the same day as the failed dowel. 3) Test dowels to 60 percent of specified yield strength . ENGINEER will direct which dowels are to be tested . 4) Apply test loads with hydraulic ram . 5) Displacement of dowels shall not exceed D/10 , where D is nominal diameter of dowel. B . Manufacturer's Services: 1. Provide qualified adhesive manufacturer's representative at the Site during initial installation of adhesive dowel systems to train installing personnel in proper selection and installation procedures. Manufacturer's representative shall observe to verify that installer demonstrates proper installation procedures for adhesive dowels and adhesive material. Each installer shall be certified in writing by manufacturer as qualified to install adhesive anchors . CONFORMED , 12 /01 /2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 20 00-9 CONCRETE REINFORCING CONFORMED , 12/01/2022 THIS PAGE INTENTIONALLY LEFT BANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 20 00-10 CONCRETE REINFORCING PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: SECTION 03 30 00 CAST-IN-PLACE CONCRETE 1. Provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install cast-in-place concrete. 2. The Work includes providing concrete consisting of portland cement, fine and coarse aggregate, water, and approved admixtures; combined, mixed , transported, placed , finished , and cured. The Work also includes : a. Providing openings in concrete to accommodate the Work under this and other Sections , and building into the concrete all items such as sleeves, frames, anchorage devices , inserts , and all other items to be embedded in concrete Work . B . Coordination: 1. Review installation procedures under other Sections and coordinate installation of items to be installed in the concrete Work . C. Classifications of Concrete : 1. Class "A" concrete shall be steel-reinforced and includes the following: a. All concrete , unless otherwise shown or indicated. 2. Class "B" concrete shall be steel-reinforced and includes the following : a. Drilled Concrete Piers. 3. Class "C" concrete shall be placed without forms or with simple forms, with little or no reinforcing, and includes the following, unless otherwise shown or indicated: a. Concrete fill within structures . b . Duct banks . c . Unreinforced encasements . d . Curbs and gutters. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00-1 CAST-IN-PLACE CONCRETE e. Sidewalks. f . Thrust blocks. 4 . Class "D" concrete shall be unreinforced and used where required as concrete fill under foundations, filling abandoned piping, and where "lean concrete" or "mudmat" is shown or indicated in the Contract Documents . D. Related Sections: 1. Section 03 11 00, Concrete Forming 2 . Section 03 20 00 , Concrete Reinforcing 3. Section 03 15 00 , Concrete Accessories. 4. Section 03 60 00, Grouting . 1.02 REFERENCES A . Standards referenced in this Section are : 1. AASHTO M 182, Specification for Burlap Cloth Made from Jute or Kenaf and Cotton Materials . 2 . AASHTO TP23, Test Method for Water Content of Freshly Mixed Concrete Using Microwave Oven Drying . 3. ACI 117, Specifications for Tolerances for Concrete Construction and Materials and Commentary . 4 . ACI 211.1 , Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete . 5. ACI 214R, Evaluation of Strength Test Results of Concrete . 6 . ACI 301, Specifications for Structural Concrete. 7. ACI 302.1 R, Guide for Concrete Floor and Slab Construction. 8. ACI 304R, Guide for Measuring , Mixing, Transporting and Placing Concrete . 9 . ACI 305R, Specification for Hot Weather Concreting . 10 . ACI 306R , Cold Weather Concreting . 11 . ACI 309R, Guide for Consol idation of Concrete . 12 . ACI 318 , Building Code Requirements for Structural Concrete and Commentary . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-2 CAST-IN-PLACE CONCRETE 13. ACI 350/350R, Code Requirements for Environmental Engineering Concrete Structures and Commentary. 14. ASTM C31/C31M , Practice for Making and Curing Concrete Test Specimens in the Field. 15 . ASTM C33, Specificat ion for Concrete Aggregates . 16 . ASTM C39/C39M , Test Method for Compressive Strength of Cylindrical Con-crete Specimens. 17. ASTM C42/C42M , Test Method for Obtain ing and Testing Drilled Cores and Sawed Beams of Concrete. 18 . ASTM C94/C94M , Specification for Ready-Mixed Concrete. 19 . ASTM C109/C109M , Test Method for Compress ive Strength of Hydraul ic Cement Mortars (Using 2-in. or [50-mm] Cube Specimens). 20 . ASTM C138/C138M , Test Method for Density (Unit Weight), Yield , and Air Content (Gravimetric) of Concrete . 21 . ASTM C143/C143M , Test Method for Slump of Hydraulic-Cement Concrete . 22 . ASTM C150 , Specification for Portland Cement. 23 . ASTM C157/C157M , Test Method for Length Change of Hardened Hydraulic- Cement Mortar and Concrete . 24 . ASTM C171 , Specification for Sheet Materials for Curing Concrete. 25 . ASTM C172 , Practice for Sampling Freshly Mixed Concrete . 26 . ASTM C231 , Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method . 27 . ASTM C260, Specification for Air-Entraining Admixtures for Concrete. 28. ASTM C309 , Specification for Liquid Membrane-Forming Compounds for Curing Concrete. 29 . ASTM C330 , Specification for Lightweight Aggregates for Structural Concrete . 30. ASTM C494/C494M , Specification for Chemical Adm ixtures for Concrete . 31 . ASTM C618, Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete . CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS C ITY PROJECT NO . 102652 03 30 00-3 CAST-IN -PLACE CONCRETE 32 . ASTM C882/C882M, Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Shear. 33. ASTM C989, Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars . 34 . ASTM C1064/C1064M , Standard Test Method for Temperature of Freshly Mixed Hydraulic-Cement Concrete. 35 . ASTM C1077, Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation . 36 . ASTM C1240, Specification for Silica Fume Used in Cementitious Mixtures. 37 . ASTM 01042 , Test Method for Linear Dimensional Changes of Plastics Under Accelerated Service Conditions . 38. ASTM 03574, Standard Test Methods for Flexible Cellular Materials-Slab, Bonded, and Molded Urethane Foams. 39. ASTM E96/E96M , Test Methods for Water Vapor Transmission of Materials 40 . ASTM E329, Specification for Agencies Engaged in Construction Inspection and/or Testing . 41. ASTM E1643 , Practice for Installation of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs. 42. ASTM E1745 , Specification for Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs . 43. NSF/ANSI 61 , Drinking Water System Components -Health Effects. 1.03 QUALITY ASSURANCE A. Qualifications: 1 . Concrete Testing Laboratory : a. Employ independent testing laboratory experienced in design and testing of concrete materials and mixes to perform material evaluation tests and to design concrete mixes . Employ different laboratories for design of concrete mixes and field testing . 1) Testing agency shall be in accordance with ASTM E329 and ASTM C1077. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/01/2022 03 30 00 -4 CAST-IN-PLACE CONCRETE 2) Testing laboratory shall have been inspected and passed within previous two years by Cement and Concrete Reference Laboratory (CCRL) of NIST for : testing concrete aggregates , and for preparing and testing concrete trial batches with or without admixtures. Testing laboratory shall provide documentation indicating how deficiencies , if any, in most recent CCRL inspection report were corrected . 3) Selection of testing laboratory is subject to OWNER 's acceptance. 4) Submit written descript ion of proposed concrete testing laboratory giving qualifications of personnel , laboratory facilities , and equipment , and other information requested by ENGINEER. 2. Water Reducing Admixture Manufacturer: a. Water-reducing adm ixtures shall be manufactured under strict quality control in fac ilit ies operated under a quality assurance program. Submit copy of manufacturer's qual ity assurance handbook to document program existence . b . Manufacturer shall ma inta in a concrete testing laboratory approved by CCRL at NIST. c . Manufacturer shall be capable of providing services of qualified field service representat ives at the Site . B. Laboratory Tr ial Batch : 1. Each concrete mix design specified shall be verified by laboratory trial batch , unless indicated otherwise . 2. For classes of concrete that require air-entrainment, test the trial batch at highest percentage of air allowed for that class of concrete . 3. Perform the following testing on each trial batch : a . Aggregate gradation for fine and coarse aggregates . b . Fly ash testing to verify meeting spec ified properties , unless fly ash Supplier submits certification by an independent testing laboratory . c . Slump . d . Air content. e. Compressive strength based on three cylinders each tested at seven days and at 28 days. 4. Submit for each trial batch the following information: CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-5 CAST-IN -PLACE CONCRETE a. Project identification name and number (if applicable). b . Date of test report . c . Complete identification of aggregate source of supply . d . Tests of aggregates for compliance with the Contract Documents. e . Scale weight of each aggregate . f. Absorbed water in each aggregate . g. Brand , type, and composition of cementitious materials. h. Brand , type, and amount of each admixture. i. Amounts of water used in trial mixes. j. Proportions of each material per cubic yard . k . Gross weight and yield per cubic yard of trial mixtures . I. Measured slump . m. Measured air content. n. Compressive strength developed at seven days and 28 days, from not less than three test cylinders cast for each seven day and 28 day test , and for each design mix . o . Shrinkage test results where required and as specified in this Section. Report results and averages for original length and at zero , seven , 14 , 21 , and 28 days of drying. C . Shrinkage Test: 1. Perform drying shrinkage tests for trial batch as specified in this Section. 2. Drying shrinkage specimens shall be four-inch by four-inch by 11-inch prisms with effective gage length of ten inches ; fabricated, cured , dried, and measured in accordance with ASTM C157 modified as follows: remove specimens from molds at an age of 23 hours, plus-or-minus one hour, after trial batching; shall be placed immediately in water at 70 degrees F plus-or-minus three degrees F for at least 30 minutes ; and shall be measured within 30 minutes thereafter to determine original length and then submerged in saturated lime water at 73 degrees F plus-or-minus three degrees F. Measurement to determine expansion expressed as percentage of original length shall be made at age of seven days. Length at age of seven days shall be base length for drying shrinkage calculations (zero days drying age). CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00-6 CAST-IN-PLACE CONCRETE Immediately afterward store specimens in humidity-controlled room maintained at 73 degrees F plus-or-minus three degrees F, and 50 percent (plus-or-minus four percent) relative humidity for remainder of test. Obtain measurements to determine shrinkage expressed as percentage of base length and report measurements separately for seven, 14 , 21, and 28 days of drying after seven days of moist curing. 3. Determine drying shrinkage deformation of each specimen as the difference between base length (at zero days drying age) and length after drying at each test age. Determine average drying shrinkage deformation of specimens to nearest 0 .0001-inch at each test age . If drying shrinkage of a specimen departs from average of that test age by more than 0 .0004-inch, results obtained from that specimen shall be disregarded. Report results of shrinkage test to nearest 0 .001 percent of shrinkage. Compression test specimens shall be taken in each case from same concrete used for preparing drying shrinkage specimens. Tests shall be considered part of normal compression tests for the Work. Allowable shrinkage limitations shall be as specified in Part 2 of this Section . D. Component Supply and Compatibility: 1. Provide all admixture materials from a single manufacturer. E. Sample Panels : 1. Provide Sample panels of wall finishes each at least 12 inches by 12 inches by three inches thick . Rev ise Sample panels to produce acceptable finished concrete surfaces. a. Provide additional Sample panels as required if original results are unsatisfactory as determined by ENGINEER. 2. Continuity of color and texture for exposed concrete surfaces is important. Maintain such controls and procedures, in addition to those specified , as necessary to provide continuous match of concrete Work with approved Samples . F. Existing Example Panels : 1. ENGINEER will identify sections of existing concrete that w ill serve as reference examples of acceptable concrete finishes . 2 . If appropriate existing concrete members that adequately define required finishes do not exist , provide Sample panels as specified in this Article. G. Designated Finish Sample Areas: 1. ENGINEER will identify areas of concrete members, to serve as reference examples of acceptable concrete finishes , from first members constructed for each finish . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-7 CAST-IN-PLACE CONCRETE 2. At each area so designated, complete the finish as specified. 3. Where specified concrete finish is not obtained, repair the member to provide an acceptable finish. Adjust construction techniques to produce the required finish . 4 . Clearly mark each Sample area with name of specified finish to cause no damage to finish. 5 . Protect Sample areas from damage and maintain access to view Sample areas . H. Concrete Coordination Conference: 1. Conduct concrete coordination conference to review detailed requirements of CONTRACTOR's proposed concrete design mixes, to discuss procedures for producing proper concrete construction, and to clarify roles of the parties involved . CONTRACTOR shall organize and schedule the conference , and prepare and distribute to all parties attending conference minutes of the conference. 2 . Conduct concrete coordination conference no later than 14 days after the date the Contract Times commence running . Conference shall be held at mutually agreed upon date and time; conference shall be held at the Site unless otherwise mutually agreed upon . Notify all parties to attend concrete coordination conference not less than five days prior to scheduled date of conference . 3. All parties involved in the concrete Work shall attend concrete coordination conference including, but not limited to, the following : a. CONTRACTOR. b . Field testing services representative . c . Concrete Subcontractor (if any). d. Reinforcing steel Subcontractor (if any) and reinforcing steel Supplier and detailer. e. Concrete Supplier. f. Admixture manufacturer's representative. g. ENGINEER. h . Resident Project Representative (if any). 1.04 SUBMITTALS A. Action Submittals: Submit the following: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00-8 CAST-IN-PLACE CONCRETE 1. Shop Drawings: a. List of concrete materials and proportions for the proposed concrete mix designs. Include data sheets, test results, certifications, and mill reports to qualify the materials proposed for use in the mix designs . Do not start laboratory trial batch testing until this submittal is approved by ENGINEER. b. Laboratory Trial Batch Reports: Submit laboratory test reports for concrete cylinders, materials , and mix design tests . c . Ready-mixed Concrete : Submit the following information . 1) Physical capacity of mixing plant. 2) Trucking facilities available . 3) Estimated average amount of the specified concrete that can be produced and delivered to the Site during a normal, eight-hour day, excluding output to other customers . 2 . Product Data: a. Manufacturers' specifications with application and installation instructions for proprietary materials and items , including admixtures and bonding agents. 3. Samples: a . Submit Samples of materials as specified and as requested by ENGINEER. Include with each Sample names of product and Supplier, and description . B . Informational Submittals : Submit the following : 1. Certifications : Notarized certification of conformance to reference standards used in this Section , when required by ENGINEER. 2 . Delivery Tickets : Copies of all delivery tickets for each load of concrete delivered to or mixed at the Site. Each delivery tickets shall contain the information in accordance with ASTM C94 along with project identification name and number (if any), date, mix type, mix time, quantity and amount of water introduced. 1.05 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Transportation, Delivery, and Handling: 1. Materials used for concrete shall be clean and free from foreign matter during transportation and handling, and kept separate until measured and placed into concrete mixer. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-9 CAST-IN -PLACE CONCRETE 2. Implement suitable measures during haul ing , pil ing , and handling to ensure that segregation of coarse and fine aggregate particles does not occur and grading is not affected . B. Storage: 1. For storage , provide b ins or platforms with hard , clean surfaces . PART 2 -PRODUCTS 2.01 GENERAL A. All cementitious materials , admixtures, curing compounds , and other industrial-produced materials used in concrete , or for curing or repairing of concrete , that can contact potable water or water that will be treated to become potable shall be listed in NSF/ANSI 61 . 2.02 CEMENTITIOUS MATERIALS A. Cement: 1. Portland cement shall be Type ll(MH) ASTM C150 . Type I or Type II may be used in lieu of Type ll(MH) when approved by ENGINEER. 2 . Portland cement shall be produced by one facility . Alternate cement sources may be used provided that mix design has been approved and acceptable trial batch verifying performance has been made . 3 . Do not use cement that has deteriorated because of improper storage or handling . B . Fly Ash Mineral Admixture : 1. Mineral admixtures , when used , shall conform to the requirements of ASTM C618 Class F, except as follows : a . The loss on ignit ion shall be a maximum of four percent. b . The maximum percent of sulfur trioxide (SO3) shall be 4.0 . 2 . Fly ash shall be cons idered to be a cementitious material. 3 . Laboratory trial batches shall be tested to determine compliance with strength requirements, times of setting , slump , slump loss , and shrinkage characteristics. 4 . If fly ash is to be used in place of cement, no more than 20% percent of the cement may be replaced . CONFORMED , 12 /01 /2022 FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLAR E, DOME IMPROVEMENTS CITY PRO JEC T NO . 1026 52 03 30 00-10 CAST-IN -PLACE CONCRETE \ 2.03 AGGREGATES A. General : 1. Aggregates shall conform to ASTM C33 , and as specified in this Section . 2. Do not use aggregates contain ing soluble salts or other substances, such as iron sulfides , pyrite, marcasite , ochre , or other materials , that can cause stains on exposed concrete surfaces . B. Fine Aggregate : 1. Provide clean , sharp , natural sand free of loam, clay, lumps , and other deleterious substances . 2 . Dune sand , bank run sand , and manufactured sand are unacceptable . C . Coarse Aggregate : 1. Provide clean , uncoated , processed aggregate containing no clay , mud, loam , or foreign matter, as follows : a. Crushed stone , processed from natural rock or stone . b. Washed gravel , either natural or crushed. Slag , p it gravel , and bank run gravel are unacceptable. 2.04 WATER A. Water used in producing and curing concrete shall be clean and free of injurious quantities of oils , acids , alkalis , organic materia ls , and other substances that may be deleterious to concrete and steel. 2.05 CONCRETE ADMIXTURES A. Provide admixtures in accordance with product manufacturer's published instructions. Admixtures shall be compatible with each other. Admixtures shall not contain thiocyanates , shall not contain more than 0 .05 percent chloride ion , and shall be non- toxic in the concrete mix after 30 days. Do not use admixtures that have not been incorporated and tested in the accepted mixes , unless otherwise approved by ENGINEER. B . Air Entrain ing Admixtures : ASTM C260 . 1. Air entraining admixture shall be vinsol resin or vinsol rosin-based. C. Water-Reducing Admixt ure : ASTM C494 , Type A. CONFORMED , 12 /01/2022 FWW V IL LAGE CREEK WRF , D IGESTER MIX ING , FLARE , DOME IMPROVEMENTS CI T Y PROJECT NO . 102652 03 30 00-1 1 CAST-IN -PLACE CONCRETE 1. Proportion Class "A" and Class "C" concrete with non-air entraining , normal setting , water-reducing, aqueous solution of modified organic polymer. Admixture shall not contain lignin, nitrates, or chlorides added during manufacturing. D. High Range Water-Reducing Admixture (HRWR): ASTM C494, Type F/G. 1. Use high range water-reducing admixture in the concrete classifications so specified or indicated . Use of HRWR admixture is allowed at CONTRACTOR's option in all other classifications of concrete . When used, HRWR admixture shall be added to concrete in accordance with admixture manufacturer's published instructions. Specific admixture formulation shall be as recommended by admixture manufacturer for Project conditions. E. Set Control Admixtures: In accordance with ASTM C494 . Use the following as required : 1. Type B, Retarding . 2. Type C, Accelerating . 3. Type D, Water reducing and Retarding . 4. Type E, Water reducing and Accelerating. 5. Type F, Water-reducing , high range admixtures. 6 . Type G , Water-reducing , high range, and retarding admixtures. F. Calcium Chloride: Do not use calcium chloride . G . Shrinkage Reducing Admixture : 1. Shrinkage reducing admixture may be used in mix design when necessary to conform to specified shrinkage limitations, provided that specified strength requirements are complied with and there is no reduction in sulfate resistance in the concrete and no increase in concrete permeability. H. Corrosion-Inhibiting Admixtures: 1. Corrosion-inhibiting admixture shall be calcium nitrite solution containing minimum of 30 percent calcium nitrite. Admixture shall be added at dosage rate of five gallons per cubic yard of concrete. 2. Product and Manufacturer: Provide one of the following: a. DCI or DCI-S, by Grace Construction Products . b . Rheocrete CNI, by Master Builders , Inc. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-12 CAST-IN-PLACE CONCRETE c. Eucon CIA , by Euclid Chemical Company. 3 . Adjust quantity of mix water to account for water portion of calcium nitrite solution. 4 . Provide retarding admixtures as required, if set time is accelerated. 2.06 PROPORTIONING AND DESIGN OF MIXES A. Prepare concrete design mixes in accordance with Table 03 30 00-A: Coarse Aggregate<1> TABLE 03 30 00-A CONCRETE DESIGN MIX CRITERIA Minimum Min. Comp Air Concrete Size Size Cementitious Max. Strength<3> Class A B (lbs/cu yd) W/CM<4> Slump<2> (%) (psi) Class "A " No . No . 564 0.42 4" max . 5 +/-1 4 ,500 57 8 Class "B" No. No . 564 0.43 6" No 4 ,000 57 8 Minimum. requirements No. Class "C" 57 or 517 0.50 4 " to 6". 5 +/-1 3 ,000 No . 67 Any ASTM <E---No requirements ;;,> Class "D" C33 2 ,000 Notes Applicable to Table 03 30 00-A: 1. Coarse aggregate size numbers refer to ASTM C33. Where Size A and B are designated in Table 03 30 00-A, it is intended that the smaller Size B aggregate is to be added, replacing a portion of the coarse or fine aggregate, in the minimum amount necessary to make a workable and pumpable mix with sand content not exceeding 41 percent of total aggregate . 2 . Slumps indicated are prior to addition of high range water reducer (super plasticizer). 3 . Mix designs shall be made for all but Class "D ", which does not require trial batch , so that the compressive strength achieved for laboratory trial batches will not be less than 125 percent of specified design strength . 4. Quantity of water to be used in the determination of water-cementitious materials (W/CM) ratio shall include free water on aggregates in excess of SSD and water portion of admixtures . CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-13 CAST-IN-PLACE CONCRETE B. Adjustment to Concrete Mixes : Mix design adjustments may be requested by CONTRACTOR when characteristics of materials, Site conditions, weather, test results, or other circumstances warrant; at no additional cost to OWNER and as approved by ENGINEER. Before using adjusted concrete mixes, laboratory test data and strength results shall be submitted to and approved by ENGINEER. C. Admixtures : 1. Use air-entraining admixture in concrete, unless otherwise shown or indicated . Add air-entraining admixture at admixture manufacturer's prescribed rate to produce concrete at point of placement having air content within prescribed limits. 2. Use water-reducing or high-range water-reducing admixtures in all Class "A" and Class "M" concrete . 3. Use amounts of admixtures recommended by admixture manufacturer for climatic conditions prevailing at the Site at time of placing . Adjust quantities and types of admixtures as required to maintain quality. D. If adding water at the Site is desired, withhold water at the batch plant so that specified water-cement (or cementitious material) ratio is not exceeded . Addition of water shall be accordance with ASTM C94 . After high-range water-reducing admixture is incorporated into the batch , addition of water is not allowed. E. Slump Limits with High-Range Water Reducer: 1. Slump shall not exceed specified limits prior to adding high-range water reducer and shall not exceed eight inches, measured at point of placement, after adding high-range water reducer. F. Shrinkage Limitation: 1. Concrete shrinkage for specimens cast in laboratory from trial batch with total water of 30 .2 gallons per cubic yard or less, as measured at 21-day drying age and at 28-day drying age shall not exceed 0.039 percent and 0.045 percent, respectively. For trial batch with total water of 32.7 gallons per cubic yard or greater respective limits shall not exceed 0 .035 percent and 0.040 percent. Limits in between shall be linear interpolated. Use mix design for construction that complies with trial batch shrinkage requirements . Shrinkage limitations apply to Class "A " concrete. 2. Trial Batch Does Not Comply with Shrinkage Limitation : a . If trial batch results do not comply with shrinkage limitation specified in the Contract Documents , redesign the mix to reduce shrinkage . b. After mix has been repeatedly redesigned and ENGINEER is satisfied that all reasonable means to provide concrete mix that complies w ith shrinkage CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00 -14 CAST-IN-PLACE CONCRETE requirement have been exercised; and mix design still fails to comply with shrinkage limitation in the Contract Documents, ENGINEER reserves the right to accept the higher-shrinkage mix, provided that the quantity of shrinkage reinforcing in structures is increased. c . "Reasonable means" will be construed as reducing the total water content to a maximum of 27 gallons per cubic yard, having the large aggregate blended so that eight percent to 18 percent of combined aggregate is retained on each sieve, using an alternate aggregate source, and a combination of these means. d. Basis for shrinkage reinforcing increase will be proportional to amount that shrinkage value is over the specified shrinkage limitation and will be determined by ENGINEER. The cost of providing add itional shrinkage reinforcement will be paid by the Owner. 2.07 BONDING AGENT A. Provide epoxy and epoxy-cement bonding agents in accordance with Section 03 15 00 , Concrete Accessories. 2.08 CONCRETE CURING MATERIALS A . Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per square yard and complying with AASHTO M 182, Class 3 . B . Curing Mats : Shall be heavy carpets or cotton mats , quilted at four inches on centers, and weighing minimum of 12 ounces per square yard when dry. C . Moisture-Retaining Cover: Provide one of the following, complying with ASTM C171: 1. Waterproof paper. 2 . Polyethylene film. 3. White burlap polyethylene sheet. D. Liquid Curing Compound: ASTM C309 Type 1-0 (water retention requirements): 1. Provide fugitive dye. 2. Curing compound shall be applied by roller or power sprayer. 3 . Product shall be listed in NSF/ANSI 61 . 2.09 FINISHING AIDS A. Evaporation Retardant: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-15 CAST-IN-PLACE CONCRETE 1. Product and Manufacturer: Provide one of the following : a. Confilm, by Master Builders. b. Eucobar, by Euclid Chemical Company. c . SikaFilm, by Sika Corporation. 2.10 CRACK INJECTION MATERIALS A. Structural Crack Repair System: 1. Epoxy for Injection: Low-viscosity, high-modulus moisture insensitive type. 2 . Products and Manufacturers: Provide one of the following: a . Sikadur 35, Hi-Mod L.V. and Sikadur 31, Hi-Mod Gel, by Sika Corporation. b. Eucopoxy Injection Resin, by Euclid Chemical Company. 3. Product shall be listed in NSF/ANSI 61. B. Non-structural Crack Repair System : 1. Hydrophobic Polyurethane Chemical Grout: a . Provide hydrophobic polyurethane that forms a flexible gasket. b . Products and Manufacturers : Provide one of the following: 1) SikaFix HH LV, by Sika Chemical Company. 2) Hydro Active Flex SLV, by De Neef Construction Chemicals, Inc. c . Shrinkage limit shall not exceed 4.0 percent in accordance with ASTM D1042. d . Minimum elongation of 250 percent in accordance with ASTM D3574 . e. Minimum tensile strength of 150 psi in accordance with ASTM D3574. f . Product shall be listed in NSF/ANSI 61. 2 . Hydrophilic Acrylate-Ester Resin: a. Hydrophilic crack repair system shall be acrylate-ester resin that forms a flexible gasket and increase in volume a minimum of 50 percent when in contact with water. b. Products and Manufacturers : Provide one of the following: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00-16 CAST-IN-PLACE CONCRETE 1) Duroseal Multigel 850 , manufactured by BBZ USA, Inc. c . Product shall be listed in NSF/ANSI 61 . 2.11 CONCRETE REPAIR MATERIALS A. Concrete repair mortar shall be pre-packaged, polymer-modified cementitious repair mortar with the following minimum properties: 1. Compressive Strength at One Day: 2,000 psi (ASTM C109). 2. Compressive Strength at 28 Days: 6 ,000 psi (ASTM C109). 3. Bond Strength at 28 Days: 1,800 psi (ASTM C882 modified). 4 . Material shall be listed in NSF/ANSI 61 . 8 . Products and Manufacturers : Provide one of the following : 1. Five Star Structural Concrete, by Five Star Products, Inc. Use formulation recommended by manufacturer for the specific application conditions . 2. SikaTop 122 Plus , SikaTop 123 Plus , SikaTop 111 Plus , or Sikacem 133, by Sika Corporation. Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions . 3. Emaco S88-CA or S66-CR , by Master Builders Inc . Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions . 4 . Verticoat , Verticoat Supreme , or Euco SR-VO , by Euclid Chemical Company. Use formulation from among those listed in this paragraph recommended by manufacturer for specific application conditions. C. Cement Mortar: Shall consist of mix of one part cement to 1.5 parts sand with sufficient water to form trowelable consistency . Minimum compressive strength at 28 days shall be 4 ,000 ps i. Where required to match the color of adjacent concrete surfaces , blend white portland cement with standard portland cement so that , when dry , patching mortar matches the color of surround ing concrete. 2.12 CHEMICAL HARDENER A. Provide clear chem ical hardener of fluosilicate family . 8 . Product and Manufacturer: Provide one of the following : 1. Lapidolith, by Sonneborn ChemRex Inc . CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-17 CAST-IN -PLACE CONCRETE 2 . Hornolith, by A.C . Horn, Inc . 2.13 VAPOR RETARDER A. Vapor Retarder: 1. Vapor retarder membrane shall comply with the following . a. Water Vapor Transmission Rate , ASTM E96: 0 .04 perms or lower. b . Water Vapor Retarder, ASTM E1745: Meets or exceeds Class C . c. Thickness of Retarder (plastic), ACI 302 1 R: Not less than 10 mils . 2. Products and Manufacturers: Provide one of the following: B. B . 1. 2 . a . Stego Wrap 10-mil Vapor Retarder, by Stego Industries LLC. b. Griffolyn 10-mil , by Reef Industries. c. Moistop Ultra, by Fortifiber Industries. Accessories: Provide accessories by same manufacturer as vapor retarder. Seam Tape: a. Tape shall have water vapor transmission rate (ASTM E96) of 0 .3 perms or lower. b . Products and Manufacturers : Provide one of the following: 1) Stego Tape by Stego Industries LLC . 2) Griffolyn Fab Tape by Reef Industries. 3) Moistop Tape by Fortifiber Industries . 3. Vapor Proofing Mastic: a . Mastic shall have a water vapor transmission rate ASTM E96, 0 .3 perms or lower. 4. Pipe Boots: a. Construct pipe boots from vapor barrier material, pressure sensitive tape, mastic , or a combination thereof, in accordance with manufacturer's recommendations . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF, DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-18 CAST-IN-PLACE CONCRETE 2.14 SOURCE QUALITY CONTROL A. Concrete materials may require testing, as directed by ENGINEER, at any time during the Work if concrete quality is in question. Provide access to material stockpiles and facilities at all times. Tests shall be done at no expense to OWNER. PART 3 -EXECUTION 3.01 INSPECTION A. Examine the substrate and conditions under which the Work will be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected. 3.02 CONCRETE MIXING A. General : 1. Concrete may be produced at batch plants or by the ready-mixed process. Batch plants shall comply with recommendations of ACI 304R and have sufficient capacity to produce concrete of qualities required and in quantities required to comply with the accepted Progress Schedule . All plant facilities are subject to acceptance of ENGINEER. 2. Mixing : a . Mix concrete with a rotating type batch machine, except where hand mixing of very small quantities is approved by ENGINEER. b . Remove hardened accumulations of cement and concrete from drum and blades to ensure proper mixing action. c . Replace mixer blades upon loss of ten percent of mixer blades' original height. B. Ready-Mix Concrete: 1. Comply with ASTM C94 and the Contract Documents . a . Plant Equipment and Facilities: Conform to requirements of NRMCA certification. b. Mix concrete in revolving-type truck mixers that are in good condition and produce thoroughly-mixed concrete conforming to the Contract Documents. c. Do not exceed rated capacity of mixer. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00-19 CAST-IN-PLACE CONCRETE d . Mix concrete for minimum of two minutes after arrival at the Site , or as recommended by mixer manufacturer. e. Do not allow drum to mix while in transit. f . Mix at proper speed until concrete is discharged from mixer. g . Maintain adequate facilities at the Site for continuous delivery of concrete at required rates. h . Provide access to mixing plant for ENGINEER upon request. C . Maintain equipment in proper operating condition , with drums cleaned before charging each batch. Schedule rates of delivery to prevent delay of placing concrete after mixing, or holding dry-mixed materials too long in mixer before the adding water and admixtures. 3.03 TRANSPORTING CONCRETE A. Transport and place concrete not more than 90 minutes after water has been added to the dry ingredients . B. Avoid spilling and separation of concrete mixture during transportation . C . Do not place concrete in which the ingredients have separated. D. Do not retemper partially set concrete. E. Use suitable equipment for transporting concrete from mixer to forms. 3.04 PREPARATION FOR CONCRETING A. Submit to ENGINEER laboratory trial batch test results for proposed mixes at least 15 days prior to start of Work . Do not begin concrete production until associated laboratory trial batch test result submittal has been approved by ENGINEER. B. Notify ENGINEER a minimum of 24 hours in advance of placing concrete to allow for inspection of form work , joints, waterstops, reinforcement, embedded items, and vapor retarders. The section to be placed shall be fully prepared for concrete placement at the time of notice . Confirm inspection status with ENGINEER a minimum of 4 hours prior to concrete placement. Do not begin placing concrete until Work is in conformance with the Contract Documents . C. Subgrade surfaces shall be thoroughly wetted by sprinkling , prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon. The surface shall be free from standing water, mud, and debris at the time of placing concrete . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-20 CAST-IN-PLACE CONCRETE D. Reinforcing steel and embedded items shall be completely cleaned of mortar, loose rust, form release compounds, dirt, or any other substance which would interfere with proper bonding with concrete . Protective coatings on embedded aluminum items shall continuously cover the surface to be in contact with concrete. Any defects in the coating shall be repaired . E. Do not place concrete until flow of water entering space to be filled with concrete has been properly stopped or has been diverted by pipes, or other means , and carried out of the forms , clear of the Work. Do not deposit concrete underwater, and do not allow water to rise on concrete surfaces until concrete has attained its initial set. Do not allow water to flow over concrete surface in manner and or velocity that will injure concrete surface finish. Provide temporary pumping or other dewatering operations for removing water as required. F. Prepare joint surfaces in accordance with Section 03 15 00, Concrete Accessories . G . Installation of Vapor Retarder: 1. Provide vapor retarder under slabs-on-grade and outside walls to receive resilient floor finishes, carpet , ceramic and slate tile , chemical resistant coatings , and where shown or indicated on the Drawings. 2 . Install in accordance with manufacturer's instructions, ASTM E1643 , and the following : a. Unroll vapor retarder with longest d imension parallel with direction of the pour. b . Lap vapor retarder over footings and seal to foundation walls. c . Overlap vapor retarder joints by six inches and seal with vapor retarder manufacturer's tape . d. Seal penetrations, including pipes , in accordance with vapor retarder manufacturer's instructions . e. Penetration of vapor retarder is not allowed except for reinforcing steel and permanent utilities. f. Repair damaged areas of vapor retarder by providing , for each damaged area , patch of vapor retarder material and overlapping damaged area with the patch by six inches on each side , and securely and continuously taping all four sides of patch to undamaged vapor retarder. 3.05 CONCRETE PLACEMENT A. General : CONFORMED , 12 /0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00-21 CAST-IN -PLACE CONCRETE 1. Place concrete continuously , so that no concrete w ill be placed on concrete that has hardened sufficiently to cause formation of seams or planes of weakness within the section. If section cannot be placed continuously , provide construction joints in accordance with Section 03 15 00 , Concrete Accessories . 2 . Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing . Do not subject concrete to action that may cause segregation . 3. Screed concrete that is to receive other construction to proper level to avoid excessive skimming or grouting . 4. Do not use concrete that becomes non-plastic and unworkable, or does not conform to required quality limits , or that has been contaminated by foreign materials. Do not use retempered concrete . Remove rejected concrete from the Site and dispose of it in conformance with Laws and Regulations . 5 . Do not place concrete until forms , brac ing , reinforcing , and embedded items are each in final position and secure . 6. Do not place footings in freezing weather unless adequate precautions are taken against frost action . 7 . Do not place footings , piers or pile caps on frozen soil. 8 . Unless otherwise instructed , place concrete only when ENGINEER is present. 9 . Allow minimum of three days between adjoining concrete placements . B . Bonding for Next Concrete Pour: 1. Prepare for bonding of fresh concrete to concrete that has set but is not fully cured , as follows : a . Thoroughly wet the surface , but allow no free-standing water. b . For horizontal surfaces place a six-inch layer of Construction Joint Grout , as specified in Section 03 60 00 , Grouting , over the hardened concrete surface. c . Place fresh concrete before the grout has attained its initia l set. 2. Accomplish bonding of fresh concrete to fully cured , hardened , existing concrete by using a bonding agent as specified in Section 03 15 00, Concrete Accessories . C . Concrete Conveying : CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS C ITY PROJ ECT NO . 102652 03 30 00-22 CAST-IN-PLACE CONCRETE 1. Handle concrete from point of delivery at the Site, transfer to concrete conveying equipment, and transfer to locations of final deposit as rapidly as practical by methods that prevent segregation and loss of concrete mix materials. 2 . Provide mechanical equipment for conveying concrete to ensure continuous flow of concrete at delivery end of conveyor. Provide runways for wheeled concrete convey ing equipment from concrete delivery point to locations of final deposit. Keep interior surfaces of conveying equipment, including chutes, free of hardened concrete, debris , water, snow, ice , and other deleterious materials . 3. Do not use chutes for distributing concrete, unless accepted by ENGINEER. 4. Pumping concrete is allowed, however do not use aluminum pipe for conveying concrete . D. Placing Concrete into Forms: 1 . Deposit concrete in forms in horizontal layers not deeper than 18 inches each and in manner that avoids inclined construction joints . Where placement consists of several layers , place concrete at such rate that concrete being integrated with fresh concrete while still plastic. 2. Do not allow concrete to free-fall within the form from height exceeding four feet. Where high-range water reducer is used to extend slump to at least six inches, maximum allowable free-fall of concrete is six feet. Use "elephant trunks " to prevent free-fall and excessive splashing of concrete on forms and reinforcing. Discontinue free-falls in excess of four feet if there is evidence of segregation . 3. Remove temporary spreaders in forms when concrete placing has reached elevation of such spreaders. 4 . Consolidate concrete placed in forms by mechanical vibrating equipment supplemented by hand-spading, rodding, or tamping. Use equipment and procedures for consolidating concrete in accordance with applicable recommended practices in ACI 309 . Vibration of forms and reinforcing is not allowed unless otherwise accepted by ENGINEER. 5 . Where height of concrete placement in walls exceeds 14 feet, provide temporary windows in formwork to facilitate vibration . Properly close temporary windows when height of concrete approaches windows . Determine location , size, and spacing of temporary windows to suit equipment used. 6 . Do not use vibrators to transport concrete inside of forms. Insert and w ithdraw vibrators vertically at uniformly-spaced locations not farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate the layer of concrete and at least six inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion, limit the CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-23 CAST-IN-PLACE CONCRETE duration of vibration to time necessary to consol idate concrete and complete embedment of reinforcing and other embedded items without causing segregation of concrete mix . 7. Do not place concrete in beam and slab forms until concrete previously placed in columns and walls is no longer plastic . 8. Prevent voids in the concrete . Force concrete under pipes, sleeves, openings , and inserts from one side until visible from the other side. E. Plac ing Concrete Slabs : 1. Deposit and consolidate concrete slabs in continuous operation , within limits of construction joints , until placing of a slab panel or section is completed. 2. Consolidate concrete during placing operations using mechanical vibrating equ ipment , so that concrete is thoroughly worked around reinforcing and other embedded items and into corners. 3 . Consol idate concrete placed in beams and girders of supported slabs , and against bulkheads of slabs on ground , as specified in this Article for formed concrete structures . 4 . Bring slab surfaces to correct elevation and level. Smooth the surface , leaving surface free of humps or hollows. Do not sprinkle water on surface while concrete is plastic. Do not disturb slab surfaces pr ior to commencing concrete finishing . 5. Where slabs are placed in cond itions of high temperature or wind that could lead to formation of plastic shrinkage cracks , provide evaporation retardant applied in accordance with retardant manufacturer's recommendations , when required by ENGINEER. F. Quality of Concrete Work: 1. Concrete shall be solid , compact, and smooth, and free of laitance , cracks , and cold joints. 2 . Concrete for liquid-retaining structures , and concrete in contact with earth , water , or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to extent directed by ENGINEER, or repair to satisfaction of ENGINEER, surfaces with cracks or voids, that are unduly rough , or are defective in any other way . Th in patches or plaster ing are unacceptable . 4 . Leaks through concrete that exhibit flowing water , and cracks , holes , or other defective concrete in areas of potential leakage, shall be repa ired and made watertight. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-24 CAST-I N-PLACE CONCRETE 5. Repair, removal, and replacement of defective concrete as directed by ENGINEER shall be at no additional cost to OWNER. G . Cold Weather Placing: 1. Protect concrete Work from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures, in compliance with ACI 306 and the Contract Documents. 2. When air temperature has fallen to or may be expected to fall below 40 degrees F, provide adequate means to maintain temperature in area where concrete is being placed between 50 degrees F and 70 degrees F for at least seven days after placing. Provide temporary housings or coverings including tarpaulins or plastic film . Maintain temporary heating and protection as necessary so that ambient temperature does not fall more than 30 degrees F in the 24 hours following the seven-day period . Avoid rapid dry-out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating . 3 . When air temperature has fallen to or is expected to fall below 40 degrees F, uniformly heat water and aggregates before mixing for concrete as required to obtain concrete mixture temperature not less than 55 degrees F and not more than 85 degrees F at point of placement. 4 . Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. Before placing concrete, verify that forms, reinforcing, and adjacent concrete surfaces are entirely free of frost, snow, and ice. 5. Do not use salt or other materials containing antifreeze agents . Do not use chemical accelerators or set-control admixtures unless approved by ENGINEER and tested in mix design proposed for use. H. Hot Weather Placing : 1. When hot weather conditions exist that would impair the quality and strength of concrete , place concrete in compliance with ACI 305 and the Contract Documents. 2. When ambient air temperature is at or above 90 degrees F and rising, cool ingredients before mixing concrete to maintain concrete temperature at time of placement below 80 degrees F. When ambient air temperature is at or above 90 degrees F and falling , cool the ingredients before mixing concrete to maintain concrete temperature at time of placement below 85 degrees F. In no case shall the concrete temperature at time of placement exceed 90 degrees F. 3. Mixing water may be chilled , or chopped ice may be used to control concrete temperature provided the water equivalent of ice is calculated in total amount of CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-25 CAST-IN-PLACE CONCRETE mixing water . If required, reduce the time from addition of mix water to placement, or use set-retarding admixture . 4 . Cover reinforcing materials with water-soaked burlap if ambient air temperature becomes too hot, so that reinforcing material temperature does not exceed ambient air temperature immediately before embedment of reinforcing in concrete. 5 . Wet forms thoroughly before placing concrete. 6. Do not place concrete at temperature that causes difficulty from loss of slump, flash set , or cold joints. 7. Do not use set-control admixtures unless approved by ENGINEER in mix design. 8. Obtain ENGINEER's approval of substitute methods and materials proposed for use . I. Underwater Placing : 1. Concrete placement in water will be allowed if conditions render it impossible or inadvisable to dewater excavations or liquid-retaining structures before placing concrete , and only when allowed by ENGINEER in writing. 2. Revise and submit concrete mix design to suit underwater placement , and obtain ENGINEER 's approval before commencing underwater placement of concrete . Deposit concrete by tremie method or other suitable means in continuous placement to prevent forming layers or intrusion of water . 3.06 FINISHING OF FORMED SURFACES A. Standard Form Finish: 1. Standard form finish shall be basically smooth and even , but is allowed to have texture imparted by the form material used. Repair defects in accordance with the Contract Documents. 2 . Use standard form finish for the following : a. Exterior vertical surfaces from foundation up to one foot below grade . b . Vertical surfaces not exposed to view. c . Other areas shown or indicated. B. Smooth Form Finish: 1. Produce smooth form finish by selecting form materials that w ill impart smooth , hard, uniform texture . Arrange panels in orderly and symmetrical manner with CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , D IGESTER MIXING , FLARE , DOME IMPROVEMENTS C ITY PROJECT NO . 102652 03 30 00-26 CAST-IN-PLACE CONCRETE minimum of seams. Repair and patch defective areas in accordance with the Contract Documents . 2 . Use smooth form finish for the follow ing: a . Exter ior surfaces exposed to view. b. Surfaces to be covered with coating material. Coating material may be applied directly to concrete or may be a covering bonded to concrete such as waterproofing , dampproofing , painting , or other sim ilar system . c. Interior vert ical surfaces of liquid-conta iners . d . Interior and exterior exposed beams and undersides of slabs . e. Surfaces to receive abrasive blasted finish . f . Surfaces to receive smooth rubbed or grout cleaned finish . g. Other areas shown or indicated . C. Smooth Rubbed Finish: 1. Provide smooth rubbed finish to concrete surfaces that have received smooth form fin ish and where defects have been repaired, as follows : a. Rubb ing of concrete surfaces not later than the day after form removal. b . Moisten ing of concrete surfaces and rubb ing with carborundum brick or other abrasive until uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process . 2 . Use smooth rubbed finish for the following : a. Interior exposed walls and other vertical surfaces . b . Exterior exposed walls and other vertical surfaces down to one foot below grade . c . Interior and exterior horizontal surfaces, except exterior exposed slabs and steps . d . Interior exposed vertical surfaces of liquid-containing structures down to one foot below normal operating liquid level. e. Other areas shown or ind icated . D. Related Unformed Surfaces : CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00-27 CAST-IN -PLACE CONCRETE 1. At tops of walls, horizontal offsets , and similar unformed surfaces occurring adjacent to formed surfaces , strike off smooth and finish with texture matching adjacent formed surfaces . Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces , unless otherwise shown or indicated . 3.07 SLAB FINISHES A. Float Finish: 1. After placing concrete slabs, do not work the surface further until ready for floating. Begin floating when surface water has disappeared or when concrete has stiffened sufficiently . Check and level the surface plane to tolerance not exceeding 1/4-inch in ten feet when tested with a ten-foot straightedge placed on surface at not less than two different angles . Cut down high spots and fill low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat surface to uniform, smooth, granular texture . 2. Use float finish for the following: a . Interior exposed horizontal surfaces of liquid-containing structures, except those to receive grout topping . b . Exterior below-grade horizontal surfaces. c . Surfaces to receive additional finishes, except as shown or indicated . B . Trowel Finish: 1. After floating , begin first trowel finish operation using power-driven trowel. Begin final troweling when surface produces a ringing sound as trowel is moved over the surface . 2. Consolidate concrete surface by the final hand troweling operation. Finish shall be free of trowel marks, uniform in texture and appearance , and with surface plane tolerance not exceeding 1 /8-inch in ten feet when tested with a ten foot straight edge . Grind smooth surface defects that would otherwise project through applied floor covering system. 3 . Use trowel finish for the following: a. Interior exposed slabs, unless otherw ise shown or indicated . b . Slabs that receive one of the following : resilient flooring , carpeting, or ceramic tile . C . Non-Slip Broom Finish: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-28 CAST-IN-PLACE CONCRETE 1. Immediately after float finishing, slightly roughen concrete surface by brooming in direction perpendicular to main traffic route . Use fine fiber-bristle broom, unless otherwise directed by ENGINEER. Coordinate required final finish with ENGINEER before applying finish. 2 . Use non-slip broom finish for the following : a . Exterior exposed horizontal surfaces subject to lightweight foot traffic. b . Interior and exterior concrete steps and ramps. D. Scratched Finish : 1. After providing float finish , roughen concrete surface with rake before concrete's final set. Amplitude of surface shall be minimum of 1/4-inch. 2. Provide scratched finish for the following : a. Horizontal surfaces that will receive grout topping or concrete equipment pad . b . Surfaces so indicated on the Drawings or elsewhere in the Contract Documents . 3.08 CONCRETE CURING AND PROTECTION A. General: 1. Protect freshly placed concrete from premature drying, excessive cold or hot temperatures, and maintain without drying at relatively constant temperature for period necessary for hydration of cement and proper hardening of concrete . 2 . Start curing after placing and finishing concrete, as soon as free moisture has disappeared from concrete surface . Keep surface continuously moist during entire curing period . Cure for a minimum of 10 days and in accordance with ACI 301 procedures. For concrete sections over 30-inches thick, the curing period shall be for a minimum of 14 days. Avoid rapid drying at end of final curing period . 3 . For curing, use water that is free of impurities that could etch or discolor exposed concrete surfaces . 4 . Confine water for curing to area being cured. B. Curing Methods : Curing methods are specified below. Curing methods to be used on each type of concrete surface are specified elsewhere in this Article. 1. Water Curing. Cure by one of the following methods : CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-29 CAST-IN-PLACE CONCRETE a. Keep concrete surface continuously wet. b. Ponding or immersion. c. Continuous water-fog spray . d. Covering concrete surface with curing mats, thoroughly saturating mats with water, and keeping mats continuously wet with sprinklers or porous hoses. Place curing mats to cover concrete surfaces and edges with four-inch horizontal lap over adjacent mats; provide eight-inch lap over adjacent mats at vertical surfaces. If necessary , weigh down curing cover to maintain contact with concrete surface . 2. Form Curing. Cure by one of the following methods: a. Forms shall be maintained and loosened during curing period. b . Immediately after forms are loosened or removed, continue with the required curing method as applicable, for remainder of curing period . c. Where wood forms are kept in place, apply water to keep forms wet. 3. Moisture Retaining Cover Curing . Cure as follows : a. Cover concrete surfaces with the required moisture retaining cover for curing concrete, placed in widest practical width with sides and ends lapped at least three inches and sealed using waterproof tape or adhesive. Immediately repair holes or tears during curing period using cover material and waterproof tape. 4 . Liquid Compound Curing. Cure as follows: a. Unless otherwise approved by ENGINEER, provide water curing or form curing . Request to use liquid curing compound will be considered by ENGINEER on case-by-case basis. Construction joints formed surfaces prior to receiving specified form finish, and concrete to receive surface treatment where surface treatment will be bonded to concrete surface (such as , but not limited to grout fill, hardener, coatings, lining, water repellent, painting, resilient flooring, terrazzo flooring, ceramic tile, quarry tile, chemical resistant coatings , or other applications) shall be water-cured or form-cured . b. In liquid-retaining structures and below grade structures, provide water curing or form curing, unless other curing method is approved by ENGINEER. c. Apply curing compounds immediately after final finishing or after terminating water curing. Apply curing compound in continuous operation by power spray equipment in accordance with curing compound manufacturer's CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-30 CAST-IN-PLACE CONCRETE directions. If areas are subjected to rainfall within three hours after completing curing compound application, area shall be recoated . Maintain coating continuity and repair areas damaged during curing period . d. When liquid curing compound is used, apply first coat of liquid curing compound at compound manufacturer's recommended coverage rate, and subsequently apply second coat at identical rate, thus providing twice the curing compound manufacturer's recommended coverage. e. At end of curing period, remove liquid curing compound where required . C . Formed Surfaces: Use the following curing methods : 1. Walls That Will Retain Liquid or That are Under Ground Surface: a . If forms are wood, form curing is allowed for entire curing period. If forms are steel, form curing is allowed for maximum of three days after which forms shall be removed so that concrete is free of the forms for remainder of the curing process. b. Immediately after the forms are loosened or removed , continue with water curing for remainder of curing period . c. When wall surface will not receive surface treatment and when allowed by ENGINEER, use of liquid curing compound is allowed . Before using liquid compound curing, use water curing or form curing for at least the first three days of curing . 2. Formed Slab Underside and Beam Surfaces Where Will Retain Liquid : a . Form curing is allowed for the full curing period. b. Immediately after forms are loosened or removed, continue with water curing for remainder of curing period. c. When slab surface will not receive surface treatment and when allowed by ENGINEER, use of liquid curing compound is allowed . 3. Vertical Joint Surfaces and Surfaces to Receive Surface Treatment: a . Form curing is allowed for entire curing period. b. Immediately after forms are loosened or removed, continue with water curing for remainder of curing period. 4. Cure other formed surfaces using an appropriate curing method specified in the Contract Documents . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00-31 CAST-IN-PLACE CONCRETE D. Unformed Surfaces : Treat with one of the following curing methods: 1. Slabs and Mats That Will Retain Liquid or are Below Ground Surface: a. Water curing . b. Moisture-retaining cover curing when allowed by ENGINEER. c. When slab or mat surface will not receive surface treatment and when allowed by ENGINEER , use of liquid curing compound is allowed. Before using liquid compound curing , use water curing or form curing for at least the first three days of curing. 2 . Construction Joint Surfaces and Slab and Mat Surfaces to Receive Surface Treatment. a . Water curing. b . Moisture-retaining cover curing. 3 . Cure other formed surfaces using an appropriate curing method specified in the Contract Documents . E. Temperature of Concrete During Curing : 1. When ambient temperature is 40 degrees F or less, continuously maintain concrete temperature between 50 degrees F and 70 degrees F throughout curing period . When necessary, before concrete placing provide for temporary heating, covering, insulation, or housing as required to continuously maintain specified temperatures and moisture conditions throughout concrete curing period. Provide cold weather protection in accordance with ACI 306. 2 . When the ambient temperature is 80 degrees F and above , or during other climatic conditions that would cause too-rapid drying of concrete , before starting concrete placing , provide wind breaks and shading as required, and fog spraying, wet sprinkling , or moisture retaining coverings as required. Continuously protect concrete throughout concrete curing period . Provide hot weather protection in accordance with ACI 305 , unless otherwise specified . 3. Maintain concrete temperature as uniformly as possible , and protect from rapid ambient temperature changes. Avoid concrete temperature changes that exceed five degrees F in one hour and 50 degrees Fin 24-hour period . F. Protection: 1. During curing period , protect concrete from damaging mechanical disturbances including load stresses, heavy shock, excessive vibration, and damage by rain and CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00 -32 CAST-IN-PLACE CONCRETE flowing water. Protect finished concrete surfaces from damage by subsequent construction operations . 3.09 CONCRETE INSTALLATION TOLERANCES A. Installation Tolerances : 1. Concrete placement tolerances, unless otherwise specified in the Contract Documents , shall be in accordance with ACI 117 . 2. Notify ENGINEER in writing when concrete placement does not conform with required tolerances , as soon as the condition is known to CONTRACTOR. 3. When concrete installation does not conform to required tolerances , do not repair or correct by grinding unless specified in the Contract Documents or approved by ENGINEER in writing. 4 . Verification Measurements : a. If surfaces where tolerances are in question , obtain measurements to verify conformance with tolerances in manner acceptable to ENGINEER. b. If surfaces tolerances are in question , cost of obtaining measurements shall be at no additional cost to the OWNER. c . Before obta ining measurements , obtain ENGINEER 's acceptance of method proposed for obtaining measurements. d. After obtain ing measurements, submit measurements to ENGINEER. 5. Submit with verification measurements submittal proposed method to rectify out- of-tolerance concrete. Do not start repair Work without obtaining ENGINEER's approval. 3.10 FIELD QUALITY CONTROL ~ A. Field Testing Services: 1. OW~JER will CONTRACTOR shall employ testing laboratory to perform field quality control testing for concrete. ENGINEER will direct the testing requirements. 2. Testing laboratory will make standard compression test cylinders and entrained air tests as specified in this Article, under observation of ENGINEER or OWNER authorized representative. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 30 00-33 CAST-IN -PLACE CONCRETE 3. Testing laboratory will provide all labor, material, and equipment required for sampling and testing concrete, including: scale, glass tray, cones , rods, molds, air tester, thermometer, and other incidentals required . 4. CONTRACTOR shall provide all curing and necessary cylinder storage as specified in Section 01 45 28, On-Site Facilities for Testing Laboratory. B. Quality Control Testing During Construction : 1. Perform sampling and testing for field quality control during placement of concrete, as follows : a . Sampling Fresh Concrete: ASTM C172 . b . Concrete sampling for quality assurance : Concrete that is to be pumped or conveyed by bucket or crane shall be sampled at the point of discharge from the truck for information, including slump ; and shall be sampled at the point of placement for acceptance of slump and air content. c. Slump : ASTM C143; one test for each concrete load at point of discharge. Generally, a slump test shall be made at the start of operations each day, at regular intervals throughout a working day, and at any time when the appearance of the concrete suggests a change in uniformity. Slump shall be measured at the point of placement. d . Concrete Temperature: ASTM C1064 ; one for every two concrete loads at point of discharge, and when a change in the concrete is observed. Test each load when time from batching to placement exceeds 75 minutes . The temperature of the concrete to be placed shall be taken with a thermometer immediately before placement, with the point of measurement being in the chute or bucket or at the end of the pump discharge hose . Temperature test shall be performed for each truck . Record temperatures on batch ticket. e . Air Content: ASTM C231; one for every two concrete load at point of discharge, and when a change in the concrete is observed . f. Unit Weight: ASTM C138; one for every two concrete loads at point of discharge, and when a change in the concrete is observed. g . Compression Test Specimens: 1) 2) CONFORMED , 12/01/2022 In accordance with ASTM C31 ; make one set of compression cylinders for each 50 cubic yards of concrete , or fraction thereof, of each mix design placed each day. Each set shall be four standard cylinders , unless otherwise directed by ENGINEER. Cast, store , and cure specimens in accordance with ASTM C31. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 30 00-34 CAST-IN-PLACE CONCRETE 3) Test and record the following when cylinders are cast: slump , concrete temperature , air content , and unit weight. h . Compressive Strength Tests: 1) In accordance with ASTM C39; one specimen tested at seven days, and three specimens tested at 28 days . 2) Adjust mix design if test results are unsatisfactory and resubmit for approval. 3) Concrete that does not comply w ith strength requirements will be considered as defective Work . i. Water/Cementitious Materials Ratio: Perform test when required by ENGINEER in accordance with AASHTO TP23. j. Within 24 hours of completion of test, testing laboratory w ill subm it cert ified copy of test results to CONTRACTOR and ENGINEER. C. Evaluation of Field Quality Control Tests: 1. Do not use concrete delivered to final point of placement having slump , concrete temperature , total air content or unit weight outside specified values. 2 . Water/Cementitious Materials Ratio : a. When water content testing indicates water/cementitious materials ratio to exceed specified requirements by greater than 0 .02 , remaining batches required to complete concrete placement shall have water content decreased in the mix and water reducing admixture dosage increased as requ ired to bring subsequently-batched concrete with in spec ified water/cementitious materials ratio. b . Perform additional testing to verify compliance w ith specified water/cementit ious materials ratio . c. Do not resume concrete production for further concrete placement until CONTRACTOR has identified cause of excess water in the mix and revised batching procedures , or adjusted the mix design (and obtained ENGINEER 's associated approval) to bring water/cementit ious materials ratio into conformance w ith the Contract Documents . 3 . Compressive Strength : a . Compressive strength tests for laboratory-cured cylinders will be acceptable if the averages of all sets of three consecutive compressive strength tests results equal or exceed specified 28-day des ign compressive strength of the CONFORMED , 12 /0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJ ECT NO . 102652 03 30 00 -35 CAST-IN -PLACE CONCRETE associated type or class of concrete, and no individual strength test falls below required compressive strength by more than 500 psi. b. Questionable Field Conditions During Concrete Placement: 1) Where questionable field conditions exist during concrete placement or immediately thereafter, strength tests of specimens cured under field conditions will be required by ENGINEER to check adequacy of curing and protecting of concrete placed. Specimens shall be molded at the same time and from the same samples as laboratory-cured specimens . 2) Provide improved means and procedures for protecting concrete when 28-day compressive strength of field-cured cylinders is less than 85 percent of companion laboratory cured cylinders. 3) When laboratory-cured cylinder strengths are appreciably higher than minimum required compressive strength, field-cured cylinder strengths need not exceed minimum required compressive strength by greater than 500 psi even though the 85 percent criterion may not be met. 4) If individual tests of laboratory-cured specimens produce strengths more than 500 psi below the required minimum compressive strength , or if tests of field-cured cylinders indicate deficiencies in protection and curing , provide additional measures to ensure that load-bearing capacity of the structure is not jeopardized or impaired . If likelihood of low-strength concrete is confirmed and evaluations indicate load-bearing capacity may have been reduced, perform tests of cores from the concrete in question at CONTRACTOR 's expense. c. If compressive strength tests fail to indicate compliance with minimum requirements of the Contract Documents, concrete represented by such tests will be considered defective. D. Testing Concrete Structure for Strength: 1. When there is evidence that strength of in-place concrete does not comply with the Contract Documents , CONTRACTOR shall employ the services of concrete testing laboratory to obtain cores from hardened concrete for compressive strength determination . Cores and tests shall comply with ASTM C42 and the following: a. Obtain at least three representative cores from each concrete member or suspect area of concrete at locations directed by ENGINEER. b . Strength of concrete for each series of cores will be acceptable if average compressive strength is at least 85 percent of specified compressive CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-36 CAST-IN-PLACE CONCRETE strength and no single core is less than 75 percent of required 28-day required concrete compressive strength. c. Testing laboratory shall submit test results to ENGINEER on same day that tests are completed . Include in test reports Project name and number (if any), date of sampling and testing, CONTRACTOR name, name of concrete testing laboratory, exact location of test core in the Work, type or class of concrete represented by core sample, nominal maximum size aggregate, design compressive strength, compression breaking strength, and type of break (corrected for length-diameter ratio), direction of applied load to core with respect to horizontal plane of concrete as placed, and moisture condition of the core at time of testing. 2. Fill core holes solid with non-shrink grout in accordance with Section 03 60 00, Grouting, and finish to match adjacent concrete surfaces. 3. If results of core tests are unacceptable or if it is impractical to obtain cores, perform static load test and evaluations complying with ACI 318 and ACI 350 , as directed by ENGINEER. E. Concrete Tolerance Verification Measurements : Refer to Article 3 .9 of this Section. F . Supplier's Services: 1. Water-Reducing Admixture Manufacturer: Furnish services of qualified concrete technician employed by admixture manufacturer to assist in proportioning concrete for optimum use of admixture. Concrete technician shall advise on proper addition of admixture to concrete and on adjustment of concrete mix proportions to meet changing conditions at the Site. 3.11 MISCELLANEOUS CONCRETE ITEMS A. Temporary Openings: 1. Openings in concrete walls and slabs required for passage of Work are allowed only upon approval of ENGINEER. 2. Temporary openings made in concrete shall be provided with waterstop in below- ground or liquid-retaining members and structures. Reinforcement going through and around the opening shall be made continuous to provide continuity and shall be approved by the ENGINEER. 3 . Temporary openings that remain in concrete structures shall be filled with the same class of concrete as the adjoining construction, after the Work causing need for temporary opening is complete, unless otherwise shown or directed by ENGINEER. Mix, place, and cure concrete as specified in this Section to blend CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-37 CAST-IN -PLACE CONCRETE with in-place construction. Provide miscellaneous concrete filling shown or required to complete the Work. B . Bases or Pads for Piping, Panels, and Equipment: 1. Unless specifically shown or indicated otherwise, provide concrete bases or pads for equipment, floor-mounted panels, and floor-mounted supports for piping and similar construction . Provide all concrete pad and base Work not specifically included under other Sections . 2. Dimensions and Elevations: a . Coordinate and construct bases and pads to dimensions shown or indicated, or as required to comply with equipment, panel, or piping manufacturer's requirements and elevations indicated on the Drawing. b . Unless otherwise shown or indicated, place concrete bases for equipment up to one-inch below the equipment manufacturer's base or mounting plate . c. Where specific dimensions or elevations are not shown or indicated, bases and pads shall be six inches thick and extend three inches outside dimensions of the equipment, panel , or supports . 3. Finish : Bases and pads outside of areas to receive non-shrink grout shall have smooth trowel finish , unless special finish such as terrazzo , ceramic tile, quarry tile , or heavy-duty concrete topping is required. In such cases, provide appropriate concrete finish . Surfaces of bases and pads to receive non-shrink grout shall have broom finish . C. Curbs : 1. Provide monolithic finish to interior curbs by stripping forms while concrete is still green followed by steel-troweling surfaces to hard , dense finish with corners , intersections , and terminations slightly rounded . 2. Exterior curbs shall have rubbed finish for vertical surfaces and broomed finish for top surfaces . 3.12 REPAIR OF CONCRETE PLACED UNDER THIS CONTRACT A. Repair of Formed Surfaces: 1. Repair the following defects in all formed finishes : a. Spalls , air bubbles, rock pockets, form depressions, and other defects that are more than 1/4-inch in depth . b . Holes from tie rods and other form tie systems. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-38 CAST-IN-PLACE CONCRETE c. Fins, offsets, and other projections that extend more than 1/4-inch beyond designated concrete member surface. d. Structural cracks, as defined by ENGINEER. e . Non-structural cracks greater than 0 .010-inch wide as defined by ENGINEER. In liquid-retaining structures, elevated slabs subject to the elements or washdowns , below-grade members, and cracks that evidence leakage. Where it is not possible to verify whether a crack is leaking, repair the crack . 2. Repair the following defects in smooth-finish surfaces , in addition to those listed above in this Section : a . Spalls , air bubbles, rock pockets, form depressions, and other defE;lcts that extend to more than 1/2-inch in width in any direction, no matter how deep . b . Spalls, air bubbles , rock pockets, form depressions, and other defects of any size that exceed three in number in a 12-inch by 12-inch area , or 12 in number in a three-foot by three-foot area . c . Fins , offsets , and other projections shall be completely removed and smoothed . d . Scratches and gouges in concrete surface . e . Texture and color irregularities. In liquid-retaining surfaces, texture and color irregularities need not be repaired when greater than 12 inches below minimum normal operating liquid surface elevation, except where such defects are indicative of reduced durability . 3. Where smooth rubbed or grout cleaned finish is specified , minor surface defects repairable by the finishing process need not be repaired prior to finish application, when approved by ENGINEER. B . Method of Repair of Formed Surfaces : 1. Immediately after removing forms, repair and patch defective areas with cement mortar or concrete repair mortar as directed by ENGINEER. Make repairs made to liquid-retaining structures and below-grade surfaces with repair mortar only. Repair form tie holes in liquid-retaining or below-grade surfaces with non-shrink grout in accordance with Section 03 60 00 , Grouting . 2. Honeycombs , Rock Pockets, and Holes Left by Tie Rods and Bolts: a. Cut out honeycomb, rock pockets, voids, and holes left by tie rods and bolts, down to solid concrete but, in no case , to depth less than one-inch for CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-39 CAST-IN-PLACE CONCRETE cement mortar and 1/2-inch for repair mortar. Make edges of cuts perpendicular to concrete surface . b. Before placing cement mortar, thoroughly clean and brush-coat area to be patched with specified bonding agent. c . When using concrete repair mortar, use of bonding agent is optional ; prepare the surface and place mortar in accordance with mortar manufacturer's recommendations . d . Repairs at exposed-to-view surfaces shall match the color of surrounding concrete, except color matching is not required for interior surfaces of liquid- retaining surfaces up to one foot below typical minimum liquid level. Impart texture to repaired surfaces to match texture of existing adjacent surfaces . Provide test areas at inconspicuous locations to verify mixture, texture , and color match before proceeding with patching. e . Compact mortar in place and strike off slightly higher than the surrounding surface . 3 . Structural Cracks : Pressure-grout structural cracks using injectable epoxy installed using pressurized system. Apply in accordance with epoxy manufacturer's directions and recommendations. 4 . Non-structural Cracks : Shall be pressure-grouted using hydrophobic or hydrophilic resin. Install in accordance with resin manufacturer's directions and recommendations . 5. Determination of the crack type shall be made by the ENGINEER. 6. Holes Through Concrete : a . Using plunger-type gun or other suitable device, fill holes extending through concrete from least-exposed face, using flush stop held at exposed face; completely fill the hole with specified repair material. b . At below-grade and liquid-containing members , fill holes with concrete repair mortar and use color-matched cement mortar for outer two inches at exposed-to-view surfaces . 7. Where powerwashing or scrubbing is not adequate , abrasive blast exposed- to-view surfaces that require removal of stains , grout accumulations, sealing compounds , and other substances marring the surfaces . Use sand finer than No . 30 and air pressure from 15 to 25 psi. C. Repair of Unformed Surfaces: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-40 CAST-IN-PLACE CONCRETE 1. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to specified tolerances for each surface and finish . Correct low and high areas in accordance with this Section. 2 . Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness, using template having the required slope. Correct high and low areas in accordance with this Section. 3 . Repair finish of unformed surfaces containing defects that adversely affect concrete durability. Surface defects include crazing, cracks in excess of 0 .01-inch wide , spalling, popouts, honeycombs, rock pockets, and other objectionable conditions. 4 . Repair structural cracks in all structures and non-structural cracks in liquid- retaining structures. In liquid-retaining structures, where dry face of concrete member can be observed , repair all cracks evidencing any rate of water flow through crack. Where dry face of member cannot be observed , repair all cracks . D. Methods of Repair of Unformed Surfaces: 1. Correct high areas in unformed surfaces by grinding, after concrete has cured sufficiently so that repairs can be made without damage to adjacent areas . 2 . Correct low areas in unformed surfaces, during or immediately after completion of surface finishing, by cutting out low areas and replacing with fresh concrete . Finish repaired areas to blend into adjacent concrete . Where repairs are required and concrete has already set, sawcut around perimeter of area to be repaired to depth of 1 /2-inch and remove concrete so that minimum thickness of repair is 1 /2- inch. Apply specified concrete repair mortar in accordance with repair mortar manufacturer's directions and recommendations . 3 . Repair defective areas , except random cracks and single holes not exceeding one- inch diameter, by cutting out and replacing with fresh concrete . Remove defective areas to sound concrete with clean, square cuts, and expose reinforcing steel with at least 3/4-inch clearance all around. Minimum thickness of repair shall be 1.5 inches . Dampen concrete surfaces in contact with patching concrete and brush with specified bonding agent. Place patching concrete while bonding agent is tacky . Mix patching concrete of same materials and proportions to provide concrete of same class ification as original, adjacent concrete . Place, compact , and finish as required to blend with adjacent finished concrete. Cure in the same manner as adjacent concrete . 4 . Repair isolated , random , non-structural cracks (in members that are not below grade or liquid-retaining), and single holes not greater than one-inch diameter, by dry-pack method. Groove top of cracks , and cut out holes to sound concrete, and clean repair area of dust, dirt, and loose particles . Dampen all cleaned concrete surfaces and brush with the specified bonding agent. Place dry-pack before CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-41 CAST-IN-PLACE CONCRETE cement grout takes its initial set. Mix dry-pack, consisting of one part portland cement to 2.5 parts fine aggregate passing No. 16 mesh sieve , using only enough water as required for handling and placing . Compact dry-pack mixture in place and finish to match adjacent concrete . Keep patched areas continuously moist for at least 72 hours . 5. Structural cracks shall be pressure-grouted using injectable epoxy . Apply in accordance with epoxy manufacturer's directions and recommendations. 6. Non-structural cracks in below-grade and liquid-retaining structures shall be pressure-grouted using hydrophilic resin. Apply in accordance with resin manufacturer's directions and recommendations. 7. Determination of crack type will be by ENGINEER. 8. Ensure that surface is acceptable for flooring material to be installed in accordance with flooring manufacturer's recommendations . E. Other Methods of Repair : 1. Repair methods not specified in this Section may be used when approved by ENGINEER. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 30 00-42 CAST -IN-PLACE CONCRETE 03 34 13 - I CONTROLLED LOW STREN GTH MATERIAL (CLSM) Page I of8 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) 3 PARTl-GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 I . Controlled low strength material (CLSM) for use in the following: 7 a . Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 3.7.B 10 C. Related Specification Sections include, but are not necessarily limited to: 11 I. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 12 2 . Division I -General Requirements 13 3 . Section 03 30 00 -Cast-in-Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 I . Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2 . Payment 19 a . The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited . 27 B. ASTM International (ASTM): 28 I. C3 l -Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 -Standard Specification for Concrete Aggregates . 31 3 . C39 -Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens . 33 4 . Cl43 -Standard Test Method for Slump of Hydraulic Cement Concrete . 34 5 . C231 -Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6 . C260 -Standard Specification for Air-Entraining Admixtures for Concrete. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome .Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DO CUMENT City Proiect No. 102652 Revised December 20, 20 I 2 03 34 13 - 2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 8 7. C6 I 8 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS rNoT USED] 4 1.5 SUBMITTALS 5 A . Provide submittals in accordance with Section 01 33 00. 6 B . All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Product data 10 B . Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. 12 a. Resubmit at any time there is a significant change in grading of materials. 13 2 . Mix 14 a . Submit full details, including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2. Submit data that identifies mix and slump for each test cylinder. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITT ALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 -PRODUCTS 25 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 PRODUCT TYPES AND MATERIALS 27 A. Materials 28 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 29 00 . 30 2 . Fly ash: Class F fly ash in accordance with ASTM C618. 31 3. Water: As specified in Section 03 30 00 . 32 4 . Admixture: Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH Village Creek WRF. Digester Mixing, Flare and Dome .Improvements Phase I STANDARD CONSTR UC TION SP EC IFI CATION DO CUM ENT City Project No. 102652 Revised December 20, 20 12 033413-3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of8 5 . Fine aggregate: Concrete sand (does not need to be in accordance with 2 ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 3 and no plastic fines shall be present. 4 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 5 B. Mixes 6 1. Performance requirements 7 a. Total calculated air content 8 1) Not less than 8 .0 percent or greater than 12.0 percent. 9 b . Minimum unconfined compressive strength 10 1) Not less than 50 psi measured at 28 days. 11 c. Maximum unconfined compressive strength 12 1) Not greater than 150 psi measured at 28 days. 13 2) Limit the long-term strength (90 days) to 200 psi such that material could 14 be re-excavated with conventional excavation equipment in the future if 15 necessary . 16 d . Wet density 17 1) No greater than 132 pounds per cubic foot. 18 e. Color 19 1) No coloration required unless noted. 20 2) Submit dye or other coloration means for approval. 21 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3 .15 0 .15 Fly Ash 300 pounds 2 .30 2 .09 Water 283 pounds 1.00 4 .54 Coarse Aggregate 1,465 pounds 2.68 8 .76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces -2 .70 TOTAL 3,543 pounds -27 .00 22 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A . Trial batch 26 1. After mix design has been accepted by Engineer, have trial batch of the accepted 27 mix design prepared by testing laboratory acceptable to Engineer. 28 2 . Prepare trial batches using specified cementitious materials and aggregates 29 proposed to be used for the Wark. 30 3. Prepare trial batch with sufficient quantity to determine slump, workability, 31 consistency , and to provide sufficient test cylinders. CITY O F FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STA NDARD CONSTRUCTION SPECIFI CA TION DOCUMENT City Proiect No. 102652 Revised December 20, 20 12 03 34 13 - 4 CONTROLLED LOW STR ENGTH MATERIAL (CLSM) Page 4 of8 1 B . Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a . Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room. Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping, banging, or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested . 13 4 . The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a . Perform the capping carefully to prevent premature fractures. 15 b . Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter 16 than the test cylinders . 17 c . Do not perform initial compression test until the cylinders reach a minimum 18 age of 3 days . 19 C . Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength, but not exceed 23 maximum compression strength. 24 D . If the trial batch tests do not meet the Specifications for s trength or density, revise and 25 resubmit the mix design, and prepare additional trial batch and tests. Repeat until an 26 acceptable trial batch is produced that meets the Specifications . 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2 . After acceptance, do not change the mix design without submitting a new mix 30 design , trial batches, and test information. 31 E. Determine slump in accordance with ASTM C 143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2 . Place material in slump cone in 1 semi-continuous filling operation, slightly 34 overfill , tap lightly, strike off, and then measure and record slump. CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTR UCTION SPECIF!CA TI ON DO CUMENT City Proiect No. 102652 Revi sed Decemb er 20 , 201 2 03 34 13 -5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of8 PART 3 -EXECUTION 2 3.1 INSTALLERS [NOT USED) 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED) 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift 10 height indicated on the Drawings. Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties . 15 3. Transport and place material so that it flows easily around, beneath, or through 16 walls, pipes, conduits, or other structures. 17 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the 18 material to flow freely during placement: 19 a . After trial batch testing and acceptance, maintain slump developed during 20 testing during construction at all times within ± I inch. 21 5 . Use a slump, consistency, workability, flow characteristics , and pumpability (where 22 required) such that when placed, the material is self-compacting , self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe . 26 3.5 REPAIR [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens , and provide 31 manual assistance to assist the Engineer in preparing said specimens . 32 2 . Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the CONTRACTOR 34 1. During the progress of construction , the Contractor will have tests made to 35 determine whether the CLSM, as being produced, complies with the requirements 36 specified hereinbefore. Test cylinders will be made and delivered to the laboratory 37 by the Engineer and the testing expense will be borne by the Contractor. 38 2. Test cylinders 39 a . Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: C ITY OF FORT WORTH · Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 ST AND A RD CONSTRUCTION SPECIFICATION DO CUMENT Citv Proiect No. J 02652 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 03 34 13 -6 C ONTROLLED LOW STR E NGTH MATE RIAL (CLSM) Page 6 of8 I) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix . 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap , or equivalent. Do not sprinkle water directly on the cylinders . c. After 2 days , place the cylinders in a protective container for transport to the laboratory for testing . The concrete test cylinders are fragile and shall be handled carefully . The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. e . Do not remove the test cylinder from mold until the cylinder is to be capped and tested. f. The test cylinders may be capped with standard sulfur compound or neoprene pads : l) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression te st until the cylinders reach a minimum age of 3 days . 3 . The number of cylinder specimens taken each day shall be determined by the Inspector. a . Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein . b . The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4 . The Contractor will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231 . 5 . Test the slump of CLSM using a slump cone in accordance with ASTM Cl43 with the following exceptions : a. Do not rod the concrete material. b . Place material in slump cone in 1 semi-continuous filling operation , slightly overfill , tap lightly , strike off, and then measure and record slump. 6 . If compressive strength of test cylinders does not meet requirements , make corrections to the mix design to meet the requirements of this specification . C ITY O F FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD C ONSTRUCTIO N SPECIFI CATION DOCUMENT Citv Project No. 102652 Revised D ecem ber 20 , 2012 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 03 34 13 -7 CONTROLLED LOW STRENGTH MA TE RIAL (CLSM) Page 7 of8 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revised December 20 , 20 I 2 03 34 13 -8 CONTROLLED LOW STRENGTH MA T E RI AL (CLSM) Page 8 of8 THIS PAGE INENTIONALLY LEFT BLANK CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCT IO N SPECIFICATION DOCUMENT Citv Proiect No. 102652 Revi sed December 20, 20 I 2 03 34 16 -I CONC RETE BAS E MA TERIAL FOR TRENCH REPAIR Page I of 4 SECTION 03 34 16 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART 1 -GENERAL 4 1.1 SUMMARY 5 A. Section includes : 6 1. Concrete base material for trench repair 7 B . Deviations from this City of Fort Worth Standard Specification 8 1. Modified 3.7.A.1 9 2 . Modified 3.7.B . IO C. Related Specification Sections include, but are not necessarily limited to : 11 1. Division O -Bidding Requirements, Contract Forms and Conditions of the Contract 12 2 . Division 1 -General Requirements 13 3 . Section 03 30 00 -Cast-in-Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed . 22 1.3 REFERENCES 23 A. Reference Standards 24 I . Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification , unless a date is specifically cited. 27 B. ASTM International (ASTM): 28 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2 . C33, Standard Specification for Concrete Aggregates. 31 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens . 33 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete . 34 5 . C172 , Standard Practice for Sampling Freshly Mixed Concrete. 35 6 . C231 , Standard Test Method for Air Content of Freshly Mixed Concrete by the 36 Pressure Method . 37 7 . C260 , Standard Specification for Air-Entraining Admixtures for Concrete . 38 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 39 Pozzolan for Use in Concrete . C ITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECTFI CA TION DOCUMENT City Proiect No. 102652 Revised Decem ber 20 , 201 2 03 34 16 -2 CONCRETE BAS E MATERIAL FOR TRENCH REPAIR Page 2 of 4 2 9 . CI 064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete . 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITT ALS 5 A. Provide submittals in accordance with Section 01 33 00 . 6 B . All submittals shall be approved by the City prior to delivery and/or fabrication for 7 specials . 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 10 of low density concrete backfill work . 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2-PRODUCTS 18 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 PRODUCT TYPES AND MATERIALS 20 A. Mix Design 21 1. Performance requirements 22 a. Concrete Base Material for Trench Repair 23 1) 28-day compressive strength of not less than 750 psi and not more than 24 1,2 00 psi . 25 B . Materials 26 1. Portland cement 27 a . Type TI low alkali portland cement as specified in Section 03 30 00. 28 2. Fly ash 29 a . Class F fly ash in accordance with ASTM C6 I 8 . 30 3 . Water 31 a. As specified in Section 03 30 00 . 32 4. Admixture 33 a. Air entraining admixture in accordance with ASTM C260. 34 5. Fine aggregate 35 a. Concrete sand (does not need to be in accordance with ASTM C33). 36 b . No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 37 plastic fines shall be present. CITY OF FORT WORTH Village Creek WRF, Digester Mixing. Flare and Dome Improvements Phase I STANDARD CONSTRUCTION SPECIFICA TION DOCUMENT City Proiect No. 102652 Revised December 20, 2012 6 . Coarse aggregate 2 a . Pea gravel no larger than 3/8 inch. 3 2.3 ACCESSORIES [NOT USED] 03 34 16 -3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of4 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 -EXECUTION 6 3.1 INST ALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Place concrete base material by any method which preserves the quality of the material 11 in terms of compressive strength and density . 12 1. The basic requirement for placement equipment and placement methods is the 13 maintenance of its fluid properties. 14 2. Transport and place material so that it flows easily around, beneath, or through 15 walls, pipes, conduits , or other structures . 16 3 . Use a slump, consistency, workability, flow characteristics, and pumpability (where 17 required) such that when placed, the material is self-compacting, self-densifying, 18 and has sufficient plasticity that compaction or mechanical vibration is not required. 19 3.5 REPAIR [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL 22 A. General 23 1. Contractor shall make provisions for and furnish all material for the test 24 specimens, and prepare said specimens and provide manual assistance to assist the 25 Owner or Engineer in preparing said specimens as required for independent 26 testing. 27 2 . Be responsible for the care of and providing curing condition for the test specimens. 28 B. Concrete Tests: Contractor shall perform testing of composite samples of fresh 29 concrete obtained according to ASTM C 172 according to the following requirements: 30 1. Testing Frequency: Obtain l composite sample for each day's pour of each 31 concrete mixture up to 25 cubic yards, plus 1 set for each additional 50 cubic yards 32 or fraction thereof. 33 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 34 not less than l test for each day's pour of each concrete mixture . Perform additional 35 tests when concrete consistency appears to change. 36 3. Air Content: ASTM C23 l, pressure method, for normal-weight concrete; l test for 37 each composite sample, but not less than 1 test for each day's pour of each concrete 38 mixture. CITY OF FORT WORTH Village Creek WRF. Digester Mixing, Flare and Dome Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Proiect No. 102652 Revi sed December 20, 2012 I 2 3 4 5 6 7 8 9 03 34 16 -4 CONCRET E BASE MATERIAL FOR TRENCH RE PAIR Page 4 of 4 4 . Concrete Temperature : ASTM C 1064 ; I test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above , and 1 test for each composite sample. 5 . Compression Test Specimens: ASTM C3 I . a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimwn of 24 hours. 6 . Compressive-Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days . 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Re visio n Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH Village Creek WRF, Digester Mixing, Flare and Dome Improvements Phase I ST ANDA RD CONSTRUCTION SPECTFICA TION DOCUMENT Citv Proiect No. 102652 Revised December 20 , 2012 SECTION 03 60 00 GROUTING PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified , and required to furnish and install grout and perform grouting Work . B . Coordination : 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before grouting Work. C . Related Sections: 1. Section 03 15 00 , Concrete Accessories . 2 . Section 03 30 00, Cast-In-Place Concrete . D. Application and Grout Material : 1. The following is a listing of grouting applications and the corresponding type of grout material to be provided for the associated application . Unless shown or indicated otherwise in the Contract Documents, provide grout in accordance with the following: TABLE 03 60 00-A, GROUT APPLICATIONS AND MATERIAL TYPES Application Required Grout Material Type Beam and column (one-or two-story height) Class II Non-Shrink base plates and precast concrete bearing less than 16 inches in the least dimension Column base plates and precast concrete Class I Non-Shrink bearing (greater than two-story height or larger than 16 inches in the least dimension) Base plates for storage tanks and other non-Class I Non-Shrink (unless otherwise motorized equipment, and motorized recommended by equipment manufacturer) equipment or machinery less than 50 horsepower Motorized equipment or machinery equal to Class Ill Non-Shrink Epoxy (unless otherwise FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12 /01/2022 03 60 00-1 GROUTING and greater than 50 horsepower, and recommended by equipment manufacturer) motorized equipment or machinery equipment less than 50 horsepower subject to severe shock loads or high vibration Filling blackout spaces for embedded items Class II Non-Shrink (Class I where placement such as railing posts, guide frames for time exceeds 15 minutes) hydraulic gates , and similar applications Grout fill or grout toppings less than four inches Grout Fill thick Grout fill greater than four inches thick Class "B" Concrete in accordance with Section 03 30 00 , Cast-In-Place Concrete Grout for setting filter underdrain blocks , and Filter Underdrain Blocks Grout for filling voids between filter underdrain blocks , and for filling voids between filter underdra in blocks and walls Applications not listed above, where grout is Class I Non-Shrink, unless shown or indicated indicated on the Drawings otherwise 1.02 REFERENCES A. Standards referenced in this Section are: 1. ACI 211 .1, Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete . 2 . ACI 301, Structural Concrete for Buildings. 3. ASTM C33/C33M , Specification for Concrete Aggregates. 4. ASTM C109/C109M, Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-in. or (50-mm] Cube Specimens). 5. ASTM C230/C230M, Specification for Flow Table for Use in Tests of Hydraulic Cement. 6. ASTM C531, Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes . 7. ASTM C579, Test Methods for Compressive Strength of Chemical-Resistant Mortars , Grouts, Monolithic Surfacings, and Polymer Concretes . 8. ASTM C827 , Test Method for Change in Height at Early Ages of Cylindrical Specimens of Cementitious Mixtures . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 60 00 -2 GROUTING 9. ASTM C882/C882M , Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete By Slant Shear. 10. ASTM C939, Text Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method). 11 . ASTM C1107/C1107M, Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink). 12 . ASTM C1181, Test Methods for Compressive Creep of Chemical-Resistant Polymer Machinery Grouts . 13 . NSF/ANSI 61, Drinking Water System Components -Health Effects . 1.03 1.03 QUALITY ASSURANCE A. Qualifications : 1. Grout Testing Laboratory: a. Independent testing laboratory employed for design and testing of grout materials and mixes shall comply with testing laboratory requirements in Section 03 30 00, Cast-in-Place Concrete and other applicable requirements in the Contract Documents. 2. Manufacturer: Shall have a minimum of five years experience of producing products substantially similar to that required and shall be able to submit documentation of at least five satisfactory installations that have been in successful operation for at least five years each . 3 . Manufacturer's Field Service Technician : When required, provide services of manufacturer's full-time employee , factory-trained in handling , use , and installing the products required , with at least five years of experience in field applications of the products required. B. Trial Batch : 1. Each grout fill and construction joint grout mix proportion and design shall be verified by laboratory trial batch or field experience methods . Comply with ACI 211.1 and submit to ENGINEER a report with the following data : a . Complete identification of aggregate source of supply. b . Tests of aggregates for compliance with specified requirements . c. Scale weight of each aggregate . d . Absorbed water in each aggregate. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 60 00-3 GROUTING e. Brand, type, and composition of cement. f . Brand, type, and amount of each admixture. g. Amounts of water used in trial mixes. h. Proportions of each material per cubic yard . i. Unit weight and yield per cubic yard of trial mixtures. j . Measured slump . k. Measured air content. I. Compressive strength developed at seven days and 28 days , from not less than three test specimens cast for each seven-day and 28-day test, and for each design mix . 2. Laboratory Trial Batches : When laboratory trial batches are used to select grout proportions, prepare test specimens and conduct strength tests as specified in ACI 301. 3. Field Experience Method: When field experience methods are used to select grout proportions, establish proportions as specified in ACI 301. 1.04 SUBMITTALS A. Action Submittals: Submit the following : 1. Shop Drawings : a. Schedule of Project-specific grout applications, installation locations , and the grout type proposed for each . b. List of grout materials and proportions for the proposed mix designs. Include data sheets, test results, certifications, and mill reports to qualify the materials proposed for use in the mix designs. Do not start laboratory trial batch testing until submittal is approved by ENGINEER. c. Trial Batch Reports : Submit laboratory test reports for grout materials and mix design tests. 2 . Product Data : a . Data sheets , certifications , and manufacturer's specifications for all materials proposed for use. B. Informational Submittals: Submit the following: CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 60 00-4 GROUTING 1. Manufacturer's Instructions: a. Special instructions for shipping, storing, protecting, and handling. b. Installation instructions for the materials. 2. Supplier Reports : a. Submit written report of results of each visit to Site by Supplier's field service technician, including purpose and time of visit, tasks performed , and results obtained. Submit within two days of completion of visit to the Site. 3. Qualifications Statements : a. Testing laboratory, when not submitted under other Sections. b . Manufacturer, when submittal of qualifications is required by ENGINEER. c. Manufacturer's field service technician, when submittal of qualifications is required by ENGINEER. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Storage of Materials: Store grout materials in a dry location, protected from weather and protected from moisture. PART 2 -PRODUCTS 2.01 GENERAL A. All grout materials, admixtures, cementitious materials, and other materials used in grout that contact potable water or water that will be treated to become potable shall be listed in NSF/ANSI 61 . 2.02 NON-SHRINK GROUT MATERIALS A. General: Non-shrink grout shall be a prepackaged , inorganic, flowable, non-gas- liberating , non-metallic, cement-based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or container in which the materials are packaged . Specific formulation for each type or class of non-shrink grout specified in this Section shall be that recommended by the grout manufacturer for the particular application. B . Class I Non-Shrink Grout: 1. Class I non-shrink grouts shall have a minimum 28-day compressive strength of 7,000 psi. Use grout for precision grouting and where water-tightness and non- CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 60 00-5 GROUTING shrink reliability in both plastic and hardened states is critical, in accordance with Table 03 60 00-A in this Section. 2. Products and Manufacturer: Provide one of the following: a. Masterflow 928, by Master Builders, Inc. b. Five Star Grout, by Five Star Products, Inc . c. Hi-Flow Grout, by Euclid Chemical Company. d. Or equal. 3 . Comply with ASTM C1107/C1107M, Grade C and B (as modified below) when tested using amount of water required to achieve the following properties: a . Fluid consistency (20 to 30 seconds) shall be in accordance with ASTM C939. b. At temperatures of 45, 73.4, and 95 degrees F. 4. Length change from placing to time of final set shall not have shrinkage greater than the expansion measured at three or fourteen days. Expansion at three or fourteen days shall not exceed the 28-day expansion. 5. Non-shrink property shall not be based on chemically-generated gas or gypsum expansion. 6. Fluid grout shall pass through the flow cone, with continuous flow , one hour after mixing . C. Class II Non-Shrink Grout: 1. Class II non-shrink grouts shall have minimum 28-day compressive strength of 7,000 psi. Use grout for general-purpose grouting applications in accordance with Table 03 60 00-A in this Section. 2. Products and Manufacturer: Provide one of the following : a. Construction Grout, by Master Builders , Inc . b. FSP Construction Grout, by Five Star Products, Inc. c. NS Grout, by Euclid Chemical Company. d. Or equal. 3. Comply with ASTM C1107/C1107M and the following when tested using the quantity of water required to achieve the following properties: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 60 00-6 GROUTING a . Flowable consistency (140 percent flow in accordance with ASTM C230/C230M , five drops in 30 seconds). b. Flu id working time of at least 15 minutes . c . Flowable for at leas t 30 minutes . 4. When tested, grout shall not bleed at maximum allowed water. 5. Non-shrink property shall not be based on chemically-generated gas or gypsum expansion . D. Class Ill Non-Shrink Epoxy Grout: 1. Epoxy grout shall be a pourable, non-shrink , 100-percent solids system . 2 . Products and Manufacturer: Provide one of the follow ing: a. E3G , by Euclid Chemical Company. b . Sikadur 42 Grout Pak , by Sika Corporation. c. HP Epoxy Grout, by Five Star Products , Inc. d. Or equa l. 3 . Epoxy grout system shall have three components: resin , hardener, and specially blended aggregate , all pre-measured and prepackaged. Resin component shall not conta in non-reactive diluents. Resins containing butyl glycidyl ether (BGE) or other highly volat ile and hazardous reactive diluents are unacceptable . Variation of component ratios is not allowed without specific recommendation by manufacturer. Manufacturer's instructions shall be printed on each container in wh ich products are packaged. 4 . The following properties shall be attained with the minimum quantity of aggregate allowed by epoxy grout manufacturer. a . Vertical volume change at all times before hardening shall be between zero percent shrinkage and 4 .0 percent expans ion when measured in accordance with ASTM C827 (mod ified for epoxy grouts by us ing an indicator ball w ith specific gravity between 0.9 and 1.1 ). b . Length change after hardening shall be less than 0 .0006-inch per inch and coefficient of thermal expansion shall be less than 0.00003-inch per inch per degree F when tested in accordance with ASTM C531 . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 60 00-7 GROUTING C. Compressive creep at one year shall be less than 0 .001-inch per inch when tested under a 400-psi constant load at 140 degrees F in accordance with ASTM C1181 . d . Min imum seven-day compressive strength shall be 14 ,000 psi when tested in accordance with ASTM C579 e. Grout shall be capable of maintaining at least a flowable consistency for min imum of 30 minutes at 70 degrees F. f . Shear bond strength to portland cement concrete shall be greater than shear strength of concrete when tested in accordance w ith ASTM C882/C882M. g . Minimum effective bearing area shall be 95 percent. 2 .03 GROUT MATERIALS OTHER THAN NON-SHRINK GROUT A. General : Materials for grouts (other than non-shrink grouts) shall be in accordance with Sect ion 03 30 00 , Cast-In-Place Concrete , except as otherw ise specified in th is Section. B . Grout Fill : 1. Grout fill shall be comprised of cement , fine aggregate , coarse aggregate , water , and admixtures proportioned and mixed in accordance w ith this Section . a . Minimum Compressive Strength: 4 ,000 psi at 28 days . b . Maximum Water-Cement Ratio: 0.45 by weight. c . Coarse Aggregate : ASTM C33/C33M , No . 8 size. d . Fine Aggregate : ASTM C33/C33M, approximately 60 percent by we ight of total aggregate . e. Air Content: Seven percent (plus or minus one percent). f. Minimum Cement Content: 564 pounds per cubic yard. g . Slump for grout fill shall be adjusted to match placing and fin ishing conditions , and shall not exceed four inches . C. Construction Joint Grou t: 1. Construction joint grout shall be comprised of cement , fine aggregate , coarse aggregate , water, and admixtures proportioned with similar cementitious characteristics as Class "A " concrete specified in Section 03 30 00, Cast-In-Place Concrete . Mix design shall result in grout that is flowable with high mortar content. Mix requirements are : CONFORMED , 12/01/2022 F\/VW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENT S CITY PROJECT NO . 102652 03 60 00-8 GROUTING a . Minimum Compressive Strength: 4 ,500 psi at 28 days . b . Maximum Water-Cement Ratio: 0.42 by weight. c . Coarse Aggregate : ASTM C33/C33M , No. 8 size. d . Fine Aggregate : ASTM C33/C33M, approximately 60 percent by weight of total aggregate. e . Air Content: Seven percent (plus or minus one percent). f . Minimum Cement Content: 752 pounds per cub ic yard . g . Slump for Construction Joint Grout: Seven inches (plus or minute one inch). 2.04 CURING MATERIALS A. Curing materials shall comply with Section 03 30 00 , Cast-in-Place Concrete , and shall be as recommended by the manufacturer of prepackaged grouts . PART 3 -EXECUTION 3.01 INSPECTION A. Examine substrate and conditions under which grouting will be performed and notify ENGINEER in writing of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.02 INSTALLATION A . General : 1. Place grout as shown and indicated , and in accordance with Laws and Regulations and grout manufacturer's instructions. If manufacturer's instructions conflict with the Contract Documents, obtain clarification or interpretation from ENGINEER before proceeding. 2. Consistency of non-shrink grouts shall be as required to completely fill the space to be grouted for the particular application . Do not install grout for dry-packing without approval of ENGINEER . When dry-packing is approved by ENGINEER , dry-pack consistency shall be such that grout has sufficient water to ensure hydration and grout strength development , and remains plastic, moldable , and that does not flow . 3. Grouting shall comply with temperature and weather limitations in Section 03 30 00, Cast-In-Place Concrete . CONFORMED , 12 /01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 60 00-9 GROUTING 4 . Cure grout in accordance with grout manufacturer's instructions for prepackaged grout and Section 03 30 00, Cast-In-Place Concrete, for grout fill . B. Columns and Beams: 1. After shimming columns and beams to proper elevation, securely tighten anchors. Properly form around base plates allowing sufficient room around edges for placing grout. Provide adequate depth between bottom of base plate and top of concrete base to assure that void is completely filled with non-shrink grout. C . Equipment Bases: 1. Install equipment in accordance to manufacturer's recommendations, Laws, and Regulations, and the Contract Documents. After shimming equipment to proper elevation, securely tighten anchors . Properly form around base plates, allowing sufficient room around edges for placing grout. Provide adequate depth between bottom of equipment base and top of concrete base to ensure that voids are completely filled with non-shrink grout. D. Handrail Posts : 1. After posts have been properly inserted into holes or sleeves, fill annular space between posts and sleeve with non-shrink grout. Bevel grout at juncture with post so that water will flow away from post. E. Construction Joints : 1. Place a six-inch minimum thick layer of construction joint grout over contact surface of concrete at interface of horizontal construction joints in accordance with Section 03 15 00, Concrete Accessories, and Section 03 30 00, Cast-In-Place Concrete . F. Grout Fill: 1. All mechanical, electrical, and finish work shall be completed prior to placing grout fill . Base slab shall be provided with a scratched finish in accordance with Section 03 30 00, Cast-In-Place Concrete . Roughen existing slabs shall by abrasive blasting or hydroblasting exposing aggregates to ensure bonding to base slab . 2. Minimum thickness of grout fill shall be one-inch . Where finished surface of grout fill is to form an intersecting angle of less than 45 degrees with concrete surface against which grout will be placed, form a key in the concrete surface at the intersection point. Key shall be minimum of 3.5 inches wide by 1.5 inches deep. 3 . Thoroughly clean and wet base slab prior to placing grout fill. Do not place grout fill until slab is completely free of standing water. A thin coat of neat Type II cement slurry shall be broomed into surface of slab. Place grout fill while slurry is wet. Grout fill shall be compacted by rolling or tamping, brought to elevation, and CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 60 00-10 GROUTING floated . In tanks and basins where scraping-type equipment will be installed , grout fill shall be screeded by blades attached to revolving mechanism of equipment in accordance with procedures recommended by equipment manufacturer after grout is brought to elevation. 4. Grout fill placed on sloping slabs shall be installed uniformly from bottom of slab to top , for full width of placement. 5 . Test grout fill surface with a straight edge to detect high and low spots; immediately correct high and low spots in grout fill. When grout fill has hardened sufficiently, grout fill shall be steel troweled to provide a smooth surface free of bug holes and other imperfections . While an acceptable type of mechanical trowel may be used in this operation, the last pass over the grout fill surface shall be by hand-troweling. During finishing, do not apply the following to the grout fill surface : water, dry cement, or mixture of dry cement and sand. 6 . Cure and protect grout fill in accordance with Section 03 30 00, Cast-In-Place Concrete. 3.03 FIELD QUALITY CONTROL A. Field Testing Services: 1. OWNER will CONTRACTOR shall employ testing laboratory to perform field quality control testing for grout. ENGINEER will direct the testing requirements . B. Quality Control Testing During Construction: 1. Grout Fill : Perform sampling and testing for field quality control during grout fill placing as follows : a. Sampling Fresh Grout Fill : ASTM C172. b. Slump: ASTM C143; one test for each load of grout at point of discharge. c . Air Content: ASTM C231; one sample for every two grout loads at point of discharge, and when a change in the grout is observed. d. Compression Test Specimens: 1) In accordance with ASTM C109/C109M; make one set of compression cubes for each 50 cubic yards of grout, or fraction thereof, of each mix design placed each day. Each set shall be four standard cubes , unless otherwise directed by ENGINEER. 2. Non-shrink Grout: Perform sampling and testing for field quality control during non- shrink grout placing as follows: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 60 00-11 GROUTING a . Perform compression testing of non-shrink grout in accordance to ASTM C109/C109M at intervals during construction as selected by ENGINEER. Make a set of four specimens for testing compressive strength at a period of time selected by the ENGINEER. b . Perform compression tests on epoxy grout and fabricate specimens for epoxy grout testing in accordance with ASTM C579, Method B, at intervals during construction as selected by the ENGINEER. Make a set of four specimens for testing compressive strength at a period of time selected by ENGINEER. C. Evaluation of Field Quality Control Tests : 1. Do not use grout, delivered to final point of placement, having slump or total air content that does not comply with the Contract Documents . 2. Compressive strength tests for laboratory-cured cubes will be acceptable if averages of all sets of three consecutive compressive strength test results equal or exceed the required 28-day design compressive strength of the associated type of grout. 3. If the compressive strength tests do not comply with the requirements in the Contract Documents , the grout represented by such tests will be considered defective and shall be removed and replaced , or subject to other action required by ENGINEER, at CONTRACTOR's expense . D. Manufacturer's Services : 1. Manufacturers of proprietary materials shall make available upon 72 hours notification the services of qualified, full time employee, experienced in serving as a field service technician for the products required , to aid in assuring proper use of products under the actual conditions at the Site. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 60 00 -12 GROUT ING PART 1 -GENERAL 1.01 SUMMARY A. Scope of Work: SECTION 03 7 4 00 MODIFICATIONS TO EXISTING CONCRETE 1. Furnish all labor, materials, equipment, and incidentals required and cut, remove, repair, or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete . B. Related Sections: 1. Section 03 10 00, Concrete Formwork. 2. Section 03 20 00, Concrete Reinforcement. 3. Section 03 25 10, Concrete Joints. 4 . Section 03 30 00 , Cast-in-Place Concrete . 5. Section 03 60 00 , Grout. 6. Section 05 50 10 , Miscellaneous Metal Fabrications . 1.02 QUALITY ASSURANCE A. Referenced Standards: Comply with provisions of the following codes, specifications, and standards, except as otherwise indicated . 1. ASTM C881 -Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete 2. ASTM C882 -Standard Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete by Slant Sheer 3. ASTM D570 -Standard Test Method for Water Absorption of Plastics 4 . ASTM D638 -Standard Test Method for Tensile Properties of Plastics 5. ASTM D695 -Standard Test Method for Compressive Properties of Rigid Plastics 6. ASTM D732 -Standard Test Method for Shear Strength of Plastics by Punch Tool CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 74 00-1 MODIFICATIONS TO EXISTING CONCRETE 7. ASTM 0790 -Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials B . No existing structure or concrete shall be shifted, cut , removed, or otherwise altered until authorization is given by the Engineer or where directed in the Drawings. C. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing, and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust , and to prevent damage to the structures or contents by falling or flying debris. Unless otherwise permitted, shown, or specified, line drilling will be required in cutting existing concrete. D. Manufacturer Qualifications: The manufacturer of the specified products shall have a minimum of 10 years' experience in the manufacture of such products and shall have an ongoing program of training , certifying, and technically supporting the Contractor's personnel. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Section 01 33 00 a Schedule of Demolition, and the detailed methods of demolition to be used at each location. B. Submit manufacturer's technical literature on all product brands proposed for use to the Engineer for review . The submittal shall include the manufacturer's installation and/or application instructions . C. When substitutions for acceptable brands of materials specified herein are proposed, submit brochures and technical data of the proposed substitutions to the Engineer for approval before delivery to the project. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. PART 2 -PRODUCTS 2.01 MATERIALS A. General 1. Materials shall comply with this Section and any state or local regulations. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 74 00-2 MODIFICATIONS TO EXISTING CONCRETE B. Epoxy Bonding Agent 1. General a . The epoxy bonding agent shall be a two-component, solvent-free, asbestos-free, moisture-insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Material a. Properties of the cured material : 1) Compressive Strength (ASTM 0695): 8,500 psi minimum at 28 days 2) Tensile Strength (ASTM 0638): 4,000 psi minimum at 14 days 3) Flexural Strength (ASTM 0790 -Modulus of Rupture): 6,300 psi minimum at 14 days 4) Shear Strength (ASTM 0732): 5,000 psi minimum at 14 days 5) Water Absorption (ASTM 0570 -2-hour boil): 1 percent maximum at 14 days 6) Bond Strength (ASTM C882) Hardened to Plastic: 1,500 psi minimum at 14 days moist cure 7) Color: Gray 3 . Approved manufacturers includes: Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi-Mod; Master Builders Solutions, Cleveland, Ohio -MasterEmaco AOH 1090 RS . C . Epoxy Paste 1. General a. Epoxy Paste shall be a two-component, solvent-free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels , anchor bolts, and all-threads into hardened concrete and shall comply with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2 . Material CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 74 00-3 MODIFICATIONS TO EXISTING CONCRETE a . Properties of the cured material: 1) Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days 2) Tensile Strength (ASTM D638): 3,000 psi minimum at 7 days; Elongation at Break - 0.9 percent (7 days) 3) Flexural Strength (ASTM D790 -Modulus of Rupture): 6,000 psi minimum at 7 days 4) Shear Strength (ASTM D732): 4,000 psi minimum at 7 days 5) Water Absorption (ASTM D570): 0.07 percent maximum at 24 hours 6) Bond Strength (ASTM C882): 3,500 psi at 14 days moist cure 7) Color : Concrete grey 3 . Approved manufacturer's include: Sikadur 31 Hi-Mod Gel, Sika Corporation, Lyndhurst, New Jersey; MasterEmaco ADH 327, Master Builders Solutions, Cleveland, Ohio . D. Non-Shrink Precision Cement Grout, Non-Shrink Cement Grout, and Non-Shrink Epoxy Grout are included in Section 03 60 00, Grout. E. Repair Mortars: See Section 03 93 00. PART 3 -EXECUTION 3.01 GENERAL A. Cut, repair, reuse, demolish, excavate, or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. All work shall comply with other requirements of this of Section and as shown on the Drawings . B . All commercial products specified in this Section shall be stored, mixed, and applied in strict compliance with the manufacturer's recommendations . C. In all cases where concrete is repaired in the vicinity of an expansion joint or control joint the repairs shall be made to preserve the isolation between components on either side of the joint. CONFORMED , 12/01/2022 FWW VILLAGE CREE K WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 74 00-4 MODIFICATIONS TO EXISTING CONCRETE D. When drilling holes for dowels/bolts at new or existing concrete, drilling shall stop if rebar is encountered . As approved by the Engineer, the hole location shall be relocated to avoid rebar. Rebar shall not be cut without prior approval by the Engineer. Where possible, rebar locations shall be identified prior to drilling using "rebar locators" so that drilled hole locations may be adjusted to avoid rebar interference. 3.02 CONCRETE REMOVAL A. Concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, shall be done by line drilling at limits followed by chipping or jackhammering as appropriate in areas where concrete is to be taken out. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. Sawcutting at limits of concrete to be removed shall only be done if indicated on the Drawings, or after obtaining written approval from the Engineer. B . Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/2-in. Rebar shall be drilled and grinded to establish minimum cover requirements prior to application of the surface treatment as detailed in the Drawings . C . In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the joint shall be grooved and grouted after the new concrete placement has fully cured as directed in the Drawings . D. Concrete specified to be left in place that is damaged shall be repaired by approved means to the satisfaction of the Engineer. E. The Engineer may from time to time direct the Contractor to make additional repairs to existing concrete. These repairs shall be made as specified or by such other methods as may be appropriate. F. All demolished concrete and other demolished materials shall be removed offsite by the Contractor. 3.03 CONNECTION SURFACE PREPARATION A. Connection surfaces shall be prepared as specified below for concrete areas requiring patching , repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. B . Remove all deteriorated materials, dirt, oil , grease , and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting , grinding , etc., as approved by the Engineer. Be sure the areas are not less than 1/2-in in depth. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 74 00-5 MODIFICATIONS TO EXISTING CONCRETE Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete , subject to final inspection. C . If reinforcing steel is exposed , it must be mechanically cleaned to remove all contaminants, rust, etc., as approved by the Engineer. If half of the diameter of the reinforcing steel is exposed, chip out behind the steel. The distance chipped behind the steel shall be a minimum of 1-in . Reinforcing to be saved shall not be damaged during the demolition operation . D . Reinforcing from existing demolished concrete that is shown to be incorporated in new concrete shall be cleaned by mechanical means to remove all loose material and products of corrosion before proceeding with the repair. It shall be cut, bent, or lapped to new reinforcing as shown on the Drawings and provided with 1-in minimum cover all around . E . The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein , or as directed by the Engineer. Adhesive doweling shall be in accordance with Section 03 20 00 . 1. Method A: After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. Brush on a 1 /16-in layer of cement and water mixed to the consistency of a heavy paste . Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings . 2 . Method B : After the existing concrete surface has been roughened and cleaned , apply epoxy bonding agent at connection surface. The field preparation and application of the epoxy bonding agent shall comply strictly with the manufacturer's recommendations. Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond . 3 . Where no method is specified , Method B shall be used. CONFORMED , 12/0 1/2022 END OF SECTION FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 74 00-6 MODIFICATIONS TO EXISTING CONCRETE - SECTION 03 93 00 CONCRETE REPAIR AND REHABILITATION PART 1 -GENERAL 1.01 SUMMARY A. Scope : 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to repair or rehabilitate all existing concrete members and surfaces identified in the Contract Documents. 2. CONTRACTOR shall repair all damage to new concrete construction as specified herein, except that where such repairs are specified in Section 03 30 00, Cast-in- Place Concrete. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be included with the repair and rehabilitation of concrete. C . Related Sections : 1. Section 03 30 00 -Cast-in-Place Concrete. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ASTM C 109, Test Method for Compressive Strength of Hydraulic Cement Mortars . 2 . ASTM C 157, Test Method for Length Change of Hardened Cement Mortar and Concrete. 3. ASTM C 348, Standard Test Method for Flexural Strength of Hydraulic Cement Mortars 4 . ASTM C 496 , Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens 5. ASTM C 882, Test Method for Bond Strength of Epoxy-Resin Systems Used with Concrete. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-1 CONCRETE REPAIR AND REHABILITATION 6. ASTM D 412 , Test Methods for Vulcanized and Thermoplastic Rubbers and Thermoplastic Elastomers -Tens ion. 7. ASTM D 570 , Test Method for Water Absorption of Plastics . 8 . ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers . 9 . ASTM D 638 , Test Method for Tensile Properties of Plastics. 10 . ASTM D 695 , Test Method for Compressive Properties of Plastics . 11 . ASTM D 732 , Test Method for Shear Strength of Plastics by Punch Tool. 12. ASTM D 790 , Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials . 13 . C881 /C881 M-15 Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete 14 . ASTM D 903 , Test Method for Pee l or Stripping Strength of Adhesive Bonds . 15 . ASTM G 109, Test Method for Determining the Effects of Chemical Admixtures on the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride Environments . 16 . ICRI Guideline 210 .3R-2013 "Guide for Using In-Situ Tensile Pull-Off Tests to Evaluate Bond of Concrete Surface Materials ." B. Construct ion Tolerances : Construction tolerances shall be as specified in Section 03 30 00 , Cast-in-Place Concrete , except as specified herein and elsewhere in the Contract Documents. C . Potable Water Approval: All products that are exposed to potable water shall be NSF Standard 61 approved. D. Pre installation Conference : Atte nd a preinstallation conference to be held with a representative of the Owner, Design Professional, Installer's field superintendent, foreman , and other trades involved to discuss the conduct of the work of this Section 1.03 SUBMITTALS A. Shop Drawings : Submit for approval the following : 1. CONTRACTOR shall submit manufacturer's product information and recommended placement procedures for all repair materials including NSF certificat ion . CONFORMED , 12/01 /2022 FWW VILLAG E CREEK WRF , DIG EST ER MIX IN G , FLARE , DOM E IMPROVEMENT S CITY PROJ ECT NO . 102652 03 93 00 -2 CONCRETE REPAIR AND REHABILITATION 2. CONTRACTOR shall submit Shop Drawings, when requested by ENGINEER, to show all methods for supporting existing structures, pipes, etc., during demolition and repair activities. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Deliver all materials to the job site in original, new and unopened packages and containers bearing manufacturer's name and label, and the following information . a. Name or title of material. b . Manufacturer's stock number and date of manufacture. c . Manufacturer's name . B. Storage of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Storage only acceptable project materials on project site . 3. Store in a suitable location approved by ENGINEER. Keep area clean and accessible . 4. Restrict storage to repair materials and related equipment. 5. Comply with health and fire regulations including the Occupational Safety and Health Act of 1970. C . Handling of Materials : 1. Conform to the manufacturer requirements and supplementary requirements below . 2 . Handle materials carefully to prevent inclusion of foreign materials. Do not open containers or mix components until necessary preparatory Work has been completed and application Work will start immediately. 1.05 CONCRETE REPAIR COORDINATION MEETING A. A Coordination Meeting shall be held to review the detailed requirements of proposed concrete repairs. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 03 93 00-3 CONCRETE REPAIR AND REHABILITATION B . All existing surfaces that are specified for repairs shall be cleaned by hydro blasting. Owner and Engineer will then review to identify the areas where the repairs are to be performed . The OWNER shall be notified for review of existing surfaces no less than five days prior to the date of the proposed commencement of work. C. Contractor shall not install any repairs unless approved by the Owner. PART 2 -PRODUCTS 2.01 REPAIR MORTAR-HAND-APPLIED A. Repair mortar shall be a prepackaged cement-based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a two-component polymer-modified or fiber reinforced portland cement, fast setting, trowel-grade mortar. The repair mortar shall be enhanced with a penetrating corrosion inhibitor and shall have the following properties : Physical Property Value ASTM Standard Compressive Strength (minimum) at 1 day: at 28 days: Bond Strength (minimum) at 28 days: Shrinkage at 28 days, 1 x1 x11 ¼" specimen at 28 days, 3x3x11 ¼" specimen * Modified for use with repair mortars. C 109 3000 psi 6000 psi C 882* 2000 psi C 157* 0 .05% 0 .038% B . Where the least dimension of the placement in width or thickness, exceeds 4-inches, the repair mortar shall be extended by addition of aggregate as recommended by the manufacturer. C . Product and Manufacturer: 1. SikaTop 122 Plus or SikaTop 123 Plus, as manufactured by Sika Corporation . 2.02 REPAIR MORTAR-SPRAY-APPLIED A. Repair mortar shall be a prepackaged cement-based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a single-component, cementitious , silica fume enhanced , fiber re inforced, shrinkage compensated, sprayable repair mortar. The repair mortar shall have the following properties : CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-4 CONCRETE REPAIR AND REHABILITATION Physical Pro12erty Value ASTM Standard Compressive Strength (minimum) C 109 at 1 day: 3500 psi at 28 days: 9000 psi Flexural Strength at 28 days 1000 psi C348 Tensile Strength at 28 days 700 psi C496 Slant Shear Bond Strength (minimum) C 882* at 28 days: 2250 psi * Modified for use with repair mortars . B. Product and Manufacturer: Provide one of the following: 1. MasterEmaco S488-CI, as manufactured by Master Builder Solutions. 2. SikaRepair 224, as manufactured by Sika Corporation . 2.03 EXPOSED REBAR REPAIR A. Reinforcing steel: Deformed, new billet steel bars , Grade 60. B. Corrosion Inhibitor: 1. The corrosion inhibitor shall be a three-component, solvent-free , moisture-tolerant, epoxy-modified, cementitious product formulated as a bonding agent and anti- corrosion coating . It shall have the following properties: Physical Pro12erty Value ASTM Standard Compressive Strength (minimum) C 109 at 3 days: 4500 psi at 28 days : 8000 psi Flexural Strength at 28 days 1000 psi C 348 Tensile Strength at 28 days 600 psi C496 Bond Strength (minimum) C 882* at 14 days, moist cure: 2000 psi * Modified for use with repair mortars. C. Product and Manufacturer: Provide one of the following : FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 93 00-5 CONCRETE REPAIR AND REHABILITATION 2 . MasterEmaco P124, as manufactured by Master Builders Solutions . 3 . Armatec 110 EpoCem, as manufactured by Sika Corporation. 2.04 CRACK REPAIR -POLYURETHANE A. Repair material shall be a very low viscosity hydrophobic polyurethane grout specially formulated to form a tough, flexible , closed cell gasket in very tight joints and hairline cracks , having the following properties (cured material , unless noted otherwise): 2.06 A. Physical Property Value ASTM Standard Solids (uncured) 100% D 2369 B Viscosity (uncured) 150-250 cps D 2196 A Density 8. 76 -9.20 lbs/gal D 3574 Tensile Strength 174 psi D 3574 Elongation 250% D 3574 Shrinkage Less than 4% D 3574 Influence of pH No influence between 2-11 Toxicity Non-toxic CRACK REPAIR -EPOXY Materials : 1. Epoxy Injection Resin shall be a 2-component, low-viscosity epoxy adhesive meeting the physical requirements in Table 1 of ASTM C881, Type IV, Grade 1, and be capable of being injected under pressure into cracks as small as 0 .005 in. wide and as large as 0 .25 in . wide to their full depth . a . Sikadur 35 Hi-Mod LV by Sika Corporation. b . Masterlnject 1380 by Master Builder Solutions. 2. Surface Seal Adhesive shall be a 2-component epoxy paste adhesive capable of adhering to the concrete surface and containing the injected epoxy adhesive at the anticipated pressures . a. Sikadur 31 Hi-Mod Gel or Sikadur 33 by Sika Corporation . b. MasterEmaco ADH 327RS by Master Builders Solutions . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 03 93 00 -6 CONCRETE REPAIR AND REHABILITATION 3. Injection ports shall be surface-mounted or recessed compatible with the injection equipment and capable of withstanding the anticipated injection pressures . 4. Injection equipment used to meter and mix the two injection adhesive components and inject the mixed adhesive into the crack shall be portable, positive displacement type pumps with interlock to provide positive ratio control of exact proportions of the two components at the mixing head. The pumps shal be electric or air powered and shall provide an in-line mixing and metering system capable of maintaining the mix ratio within a tolerance of plus or minus 5% by volume at any discharge pressure up to 200 psi, unless otherwise recommended by the manufacturer. PART 3 -EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine areas and conditions under which repair Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work . Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Prior to and during the first stages of surface preparation and material installation , a qualified representative of the material manufacturer, thoroughly trained for quality control of the materials being installed, shall visit the site to consult with the Contractor installing the products to verify site conditions , surface preparation, and material selection and installation . 3.02 GENERAL A. Surface Preparation: 1. The entire area to be repaired shall have all laitance, foreign material , existing coatings, and unsound concrete removed by mechanical means, including chipping , abrasive blasting or hydroblasting. The surface shall be further roughened as specified herein . Where non-shrink grout or repair mortar is used, any additional surface preparation steps recommended by the manufacturer shall be performed. 2 . Where repair concrete, shotcrete, or cement grout is used, and a bonding agent is not required , or where the repair mortar or non-shrink grout manufacturer recommends a wet or saturated surface , water shall be delivered to the surface continuously for a minimum of four hours. Where large surface areas are to be repaired, fog spray nozzles mounted on stands shall be provided in sufficient numbers such that the entire surface to be repaired is in contact with the fog spray cloud . The concrete shall be prevented from drying until after the repair operation is completed . Unrepaired surfaces shall be rewetted by water spray on at least a CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-7 CONCRETE REPAIR AND REHABILITATION daily basis. Should more than four days elapse without rewetting the unrepaired surfaces , the original saturating procedure shall be repeated . All standing water in a~eas to be repaired shall be removed prior to placement of repair material. Means to remove excess water from the structure shall be provided . 3. Repair material manufacturer representative shall observe completed surface preparation. Contractor shall perform additional surface preparation as recommended by manufacturer's rep . 4. Where the repair material manufacturer recommends the use of an epoxy-bonding agent, the recommendations of both the repair material and bonding agent manufacturers shall be followed. B. Care shall be taken to fully consolidate the repair material , completely filling all portions of the area to be filled. C . The repair surface shall be brought into alignment with the adjacent existing surfaces to provide a uniform , even surface . The repair surface shall match adjacent existing surfaces in texture and shall receive any coatings or surface treatments which had been provided for the existing surface. D . Curing : 1. Curing of repair mortar and non-shrink grout shall be according to the manufacturer's recommendations except that the minimum cure period shall be three days. 2 . Curing of other materials shall be according to Section 03 30 00 , Cast-in-Place Concrete . 3.03 TREATMENT OF SURFACE DEFECTS A. Surface defects are depressions in a concrete surface which do not extend all the way through the member. The depressions can result from the removal of an embedded item , the removal of an intersecting concrete member, physical damage, unrepaired rock pockets created during original placement, or spalls from corroded reinforcing steel or other embeds . B. Preparation : 1. All loose , damaged concrete shall be removed by chipping to sound material. 2 . Where more than one half the circumference of existing reinforcing bars are exposed , concrete shall be removed to a minimum of 1-inch all around the bars . If the existing bars are cut through , cracked , or the cross-sectional area is reduced by more than 25 percent , the ENGINEER shall be notified immediately . CONFORMED , 12/01 /2022 FW\/1/ VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-8 CONCRETE REPAIR AND REHABILITATION 3. The perimeter of the damaged area shall be score cut to a minimum depth of 0.5- inch and a maximum depth to not cut any existing reinforcing steel. Existing concrete shall be chipped up to the score line so that the minimum thickness of repair mortar is 0 .5-inch. C. Repair Material: 1. Repair of surface defects in concrete members shall be made only with repair mortar. 3.04 PATCHING OF HOLES IN CONCRETE A. For holes larger than 48-inches, refer to the Drawings for reinforcement details. 3.05 PATCHING OF LINED HOLES A. This Section applies to those openings which have embedded material over all or a portion of the inside edge. Unless indicated to remain in place on the Drawings or by the ENGINEER, such embedded materials shall be removed, and the remaining hole repaired as specified above. The requirements for repairing holes in concrete specified above shall apply as modified herein. B. Where embedded material is allowed to remain, it shall be trimmed back a minimum of 2-inches from the concrete surface. The embedded material shall be roughened or abraded to promote good bonding to the repair material. Any substance that interferes with good bonding shall be completely removed. C. Any embedded item that is not securely and permanently anchored into the concrete shall be completely removed. D. Embedded items which are larger than 12-inches in their least dimension shall be completely removed, unless they are composed of a metal to which reinforcing steel can be welded. Where reinforcement is required, it shall be welded to the embedded metal. E. The following additional requirements apply to concrete members which are in contact with water or soil. 1. Lined openings, which are less than 4-inches in their least dimension, shall be filled with epoxy grout. 2 . Lined openings which are greater than 4-inches, but less than 12-inches in their least dimension, shall be coated with an epoxy bonding agent prior to being filled with Class I non-shrink grout. 3. Lined openings which are greater than 12-inches in their least dimension shall be coated with an epoxy bonding agent and shall have a hydrophilic rubber waterstop or bead of hydrophilic sealant installed to the interior of the opening at the wall CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-9 CONCRETE REPAIR AND REHABILITATION centerline, as required by Section 03 25 10, Concrete Joints, prior to being filled with any approved repair material. 3.06 REPAIR OF DETERIORATED CONCRETE A. This Section pertains to concrete which has been damaged due to corrosion of reinforcing steel, physical damage due to abrasion, and damage due to chemical attack. The only material acceptable for surface repair is repair mortar as specified herein. Where the repaired surface is to be subsequently covered with a liner material, the finishing details shall be coordinated with the requirements of installing the liner material. B. Surface Preparation: 1. All loose, broken, softened , and acid contaminated concrete shall be removed by abrasive blasting and chipping down to sound, uncontaminated concrete. 2 . When the removal of deteriorated concrete is completed, CONTRACTOR shall notify the ENGINEER and the representative of the repair material manufacturer, in writing . Two weeks shall be scheduled for the ENGINEER and the representative of the repair material manufacturer to inspect the surface, perform testing for acid contamination, determine if additional concrete must be removed, and to develop any special repair details that may be required. Should it be determined that additional concrete must be removed to reach sound, uncontaminated material, another two-week period shall be scheduled for further evaluation after the end of the additional removal. 3. Additional surface preparation shall follow the recommendations of the repair mortar manufacturer. 4. Isolated areas of exposed reinforcing bars shall be treated as required for repair of surface defects. Apply anti-corrosion coating to all exposed reinforcing steel. If extensive areas of reinforcement are uncovered after removal of deteriorated concrete, repair methods shall be as determined by the ENGINEER. C . Repair Mortar Placement: 1. The procedures recommended by the manufacturer for the mixing and placement of the repair mortar shall be followed . Representative of the repair material manufacturer shall be on site during initial placement for each material. 2. After the initial mixing of the repair mortar, additional water shall not be added to change the consistency should the mix begin to stiffen. 3 . Repair mortar shall be placed to a minimum thickness as recommended by the manufacturer, but not less than 0 .50-inch . Where removal of deteriorated concrete results in a repair thickness of less than 0.5-inch to return to original concrete surface location in isolated areas totaling less than ten percent of the total repair CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-10 CONCRETE REPAIR AND REHABILITATION area, additional concrete shall be removed to obtain the 0.5-inch thickness. Where the area with repa ir thickness of less than 0.5-inch exceeds ten percent of the total repair area , notify the ENGINEER. In any case , repair mortar shall be added so that the minimum cover over existing reinforcing steel is 1-inch . CONTRACTOR shall not place repair mortar so as to create locally raised areas. Where there is a transition with wall surfaces which are not in need of repair, the repair mortar shall not be feathered at the transition. A score line shall be sawcut to not less than the minimum repair mortar depth and concrete chipped out to it to form the transition. Care shall be taken to not cut or otherwise damage any reinforcing steel. 4 . The repair mortar shall be placed to an even, uniform plane to restore the member to its original surface . Tolerance for being out of plane shall be such that the gap between a 12-inch straight edge and the repair mortar surface does not exceed 0.125-inch and the gap between a 48-inch straight edge and the repair mortar surface does not exceed 0.25-inch. This shall apply to straight edges placed in any orientation at any location. D . Finishing: 1. The repair mortar shall receive a smooth, steel trowel finish . 2 . When completed, there shall be no sharp edges . All exterior corners, such as at penetrations , shall be made with a 1-inch radius or ¾-inch chamfer. All interior corners shall be square except corners to receive lining shall be made with a 2- inch repair mortar fillet. E. Curing : 1. Curing shall be performed as recommended by the repair mortar manufacturer, except that the cure period shall be at least 24 hours and shall be by means of a continuous fog spray. If the manufacturer recommends the use of a curing compound, no material shall be used that would interfere with the bond of the protective coating system or adhesive used for placing the lining , where required. 3.07 REPAIR OF LEAKING CRACKS IN CONCRETE A. Prior to drilling injection holes, Contractor shall locate embedded reinforcing steel , conduit, etc. in the areas scheduled to be repaired . B. Drill injection port holes as shown on the Drawings, and in accordance with material manufacturer's recommendations. If reinforcing steel is encountered , move injection hole as necessary. Do not cut through reinforcing steel. C. Set removable injection ports (packers) equipped with "zerk" fittings in injection holes . Flush cracks with clean water with a neutral pH range 3 to 10. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00 -1 1 CONCRETE REPAIR AND REHABILITATION D . Mix polyurethane grout material with catalyst in accordance with manufacturer's recommendations. E. On vertical cracks, begin grout injection at the lowest port. On horizontal cracks, begin at one end . F. Inject grout until grout appears at adjacent port. Disconnect and start injection at adjacent port . After injecting 3-4 ports, disconnect and re-inject all ports a second time. Upon completion of the grout injection, re-inject each port with water . Continue this injection process until all ports have been injected , and crack has been sealed . G. After polyurethane grout cures, completely remove all injection ports and excess grout material from concrete and other adjacent surfaces. Patch holes with cementitious repair mortar flush with adjacent surfaces. H . Cracks that are not adequately sealed shall be re-injected at Contractor's expense. 3.08 STRUCTURAL REPAIR OF CRACKS IN CONCRETE A. The Drawings show the approximate lengths and locations of the concrete cracks to be repaired. B. Notify the Design Professional at least 24 hours in advance of times when cracks to be repaired will be marked by the Contractor. C. Locate cracks in concrete walls, slabs, beams, and columns. Mark extents of crack repair and arrange for the Design Professional to inspect and approve the crack locations and extents . Measure minimum and maximum crack widths for each crack to confirm each crack is within the scope of work described herein . D. Preparation: 1. Clean surfaces along and adjacent to cracks of dirt, dust, paint, grease , oil, rust , efflorescence, or other foreign matter detrimental to application of epoxy injection cap seal system by mechanical means , such as sandblasting or waterblasting . 2. Cleaned surface shall be dry and free of dirt, dust, oil, laitance, unsound concrete and other foreign material which might impede bond of cap seal. 3. Confirm the temperature of the concrete is within the limits required by the manufacturer of the epoxy injection adhesive . A. Fixing of Cap Seal and Injection Ports: 1. Entry points shall be established judiciously at spacings along the crack so that epoxy penetrates the crack completely. Spacing of the entry points shall be no greater than half the thickness of the concrete member at that location. Tighter cracks may requ ire closer spacing of injection points. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-12 CONCRETE REPAIR AND REHABILITATION 2. Alternatively, drill and port method may be used to establish entry points. Drills shall be fitted with a vacuum attachment and hollow bits having single cutting edge that provide the immediate expulsion of cutting residue/debris from the hole . Once complete, clear the injection port holes and crack with compressed air to remove additional debris prior to installing the ports. 3. Seal cracks to be injected with cap seal material. Apply cap seal material to all accessible faces of the concrete member where crack is present. 4. At concrete members with more than one accessible face, provide entry ports on additional faces of member at staggered locations. 5 . Allow adequate time for the cap seal to cure per the manufacturer's recommendations. 6. Seal all ports except for one . Pump compressed air into the crack at open port to test for the presence of leaks. Repair any leaks prior to injection. F. Injection of Epoxy Adhesive: 1. Protect all surroundings from epoxy adhesive products . 2. Inject epoxy under constant pressure in accordance with procedures as recommended by the manufacturer or as required to obtain required minimum penetration of cracks without inclusion of air pockets or voids in the epoxy and as required to achieve structural bonding. Minimum substrate temperature shall be 40°F, unless otherwise recommended by the epoxy adhesive manufacturer. 3. In a vertical application , begin injection of epoxy at lowest entry port and continue until there is an appearance of epoxy at entry port directly adjacent to or above entry port being pumped , thus indicating epoxy travel. 4 . When positive epoxy travel is indicated, install a second injection line onto the adjacent port and continue injection until epoxy travel is indicated in the next port. At that time, discontinue injection on the first port pumped, and seal the port . 5. Move the first injection line to the next adjacent port showing epoxy travel and continue injection . 6. Perform this "alternating dual-injection" continuously until the crack has been filled with epoxy along the entire length . 7. When cracks are completely filled, allow the epoxy to cure for a sufficient time to allow the removal of cap seal material without any draining or runback of epoxy adhesive from cracks. 8. In a horizontal (partial-depth) application, the sequence of sequential entry ports injected from the topside shall be proposed to the Design Professional for consideration. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00 -13 CONCRETE REPAIR AND REHABILITATION 9 . In a horizontal (full-depth) application , the sequence of sequential entry ports injected from the underside shall be proposed to the Design Professional for consideration . 10 . If port-to-port travel is not achieved , immediately notify the Design Professional. 11 . If, in order to achieve required penetration of areas being injected , the epoxy injection installation procedures specified herein require modification , submit such modifications to the Design Professional for acceptance before recommencing work . G . Cleaning : 1. Remove cap seal material and injection ports , and clean concrete surface with suitable tools and cleaners as required to produce a flush surface. 2 . Leave finished work and work area in a neat, clean condition, without evidence of spillovers onto adjacent areas . 3.09 FIELD QUALITY CONTROL A. OWNER will CONTRACTOR shall employ a testing laboratory to perform field quality control testing ENGINEER will direct the number of tests and specimens required . CONTRACTOR shall make standard compression test specimens as specified below , under the direct inspection by ENGINEER. CONTRACTOR shall furnish all necessary assistance required by ENGINEER. CONTRACTOR shall also provide all labor, material and equipment required including rods , molds , thermometer , curing in a heated storage box , and all other incidentals required . Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage , curing, and t ransportation required by the testing. B. Field tests of cement-based grouts and repair mortar: 1. Compression test specimens will be taken during construction from the first placement of each type of mortar or grout, and at intervals thereafter as selected by the ENGINEER to ensure continued compliance with these specifications. The specimens will be made by the ENGINEER or its representative . 2 . Compression tests and fabrication of specimens for repair mortar and non-shrink grout will be performed as specified in ASTM C 109. A set of three specimens will be made for each test. Tests shall be made at 7 days , 28 days, and additional time periods as appropriate . 3 . All material , already placed , which fails to meet the requirements of these specifications, is subject to removal and replacement at the cost of CONTRACTOR. 4 . The cost of all laboratory tests on mortar and grout will be borne by the CONTRACTOR. CONTRACTOR shall be responsible for the cost of any additional CONFORMED , 12/0 1/2022 F\/1/W V IL LAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-14 CONCRETE REPAIR AND REHABILITATION tests and investigation on Work performed which does not conform to the requirements of the specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens . 5. After preparation of the concrete surfaces, and prior to the application of repair mortar, the tensile strength of the concrete substrate shall be tested by performing tensile pull-offs tests at three locations per basin designated by the Engineer and in accordance with ICRI Guideline 210 .3R-2013 . Tensile strength of the concrete substrate shall be used by the Engineer to determine the acceptable bond strengths for the repair material to the concrete substrate. 6. Tensile pull -off tests of the repair mortar shall be performed at the rate of 4 tests per 5000 SF of repaired area at locations designated by the Engineer in accordance with ICRI Guideline 210.3R-2013, and as follows: a. Core drill holes perpendicular to wall surface; holes shall extend a minimum of one inch beyond the bond line of the repair mortar to the concrete substrate; inside diameter of the holes shall match the disc diameter (50 mm). b . Attach the rigid disc to top of drilled core using high-strength adhesive . c. Use testing device to apply a steady, perpendicular tensile load to the core through the rigid disc; use only commercially available testing devices such as "Dyna " Pull-Off Tester. Testing devices and accessories fabricated by the testing laboratory, Contractor, etc. shall not be used. d. Record the following data on a test report spreadsheet: 1. Date 2. Test Number. 3. Applied Force (P) to the nearest 10 psi. 4 . Disc diameter (D). 5. Disc area {A=11D 2/4 ). 6. Tensile bond strength (P/A) to the nearest 5 psi. 7. Failure mode (1-6). 8. Remarks. 7. Contractor shall reimburse Owner for additional specimen tests to replace any specimen test with a result less than 75% of average acceptable pull-off strength as required by Engineer. If results of additional tests remain below 75% of average acceptable pull-off strength , repair material shall be removed and replaced at no additional cost to Owner. Contractor shall reimburse Owner for additional test specimen tests required to confirm proper adhesion of replaced repair mortar. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-15 CONCRETE REPAIR AND REHABILITATION C . Repair Concrete : Repair concrete shall be tested as required in Section 03 30 00, Cast- in-Place Concrete . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 03 93 00-16 CONCRETE REPAIR AND REHABILITATION PART 1 -GENERAL SECTION 04 01 20 BRICK MASONRY REPAIR 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Repairing brick masonry. 2. Removing abandoned anchors. 3 . Installing stainless steel helical wall ties. B . Related Requirements: 1. Section 01 35 16 "Special Project Procedures" for general remodeling , renovation , repair, and maintenance requirements . 1.03 UNIT PRICES A. Work of this Section is affected by unit prices specified in Section 012200 "Unit Prices." 1. Unit prices apply to authorized work covered by estimated quantities. 2 . Unit prices apply to additions to and deletions from Work as authorized by Change Orders . 1.04 DEFINITIONS A. Low-Pressure Spray: 100 to 400 psi ; 4 to 6 gpm . B. Rebuilding (Setting) Mortar: Mortar used to set and anchor masonry in a structure, dis- tinct from pointing mortar installed after masonry is set in place. C . Saturation Coefficient: Ratio of the weight of water absorbed during immersion in cold water to weight absorbed during immersion in boiling water; used as an indication of the resistance of bricks to freezing and thawing . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 04 01 20-1 BRICK MASONRY REPAIR 1.05 PREINSTALLA TION MEETINGS A. Preinstallation Conference: Conduct conference at Project site . 1. Review methods and procedures related to brick masonry repair including, but not limited to , the following : a. Verify brick masonry repair specialist's personnel , equipment, and facilities needed to make progress and avoid delays. b. Materials, material application , sequencing, tolerances, and required clear- ances. c . Quality-control program . d. Coordination with building occupants . 1.06 SEQUENCING AND SCHEDULING A. Order sand and gray portland cement for colored mortar immediately after approval of mockups. Take delivery of and store at Project site enough quantity to complete Project. B. Work Sequence: Perform brick masonry repair work in the following sequence, which in- cludes work specified in this and other Sections: 1. Remove plant growth . 2 . Inspect masonry for open mortar joints and point them before cleaning to prevent the intrusion of water and other cleaning materials into the wall. 3 . Remove paint. 4. Clean masonry. 5. Rake out mortar from joints surrounding masonry to be replaced and from joints adjacent to masonry repairs along joints . 6 . Repair masonry, including replacing existing masonry with new masonry materials . 7 . Rake out mortar from joints to be repointed. 8 . Sawcut vertical control joints in brick veneer. 9. Point mortar and sealant joints . 10 . Scan brick veneer and install Stainless Steel helical wall ties where necessary. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 04 01 20-2 BRICK MASONRY REPAIR 11. After repairs and repainting have been completed and cured , perform a final clean- ing to remove residues from this work . 12 . Where water repellents are to be used on or near masonry work , delay application of these chemicals until after pointing and cleaning. 13 . As scaffolding is removed, patch anchor holes used to attach scaffolding. 1.07 ACTION SUBMITTALS A. Product Data : For each type of product. 1. Include construction details , material descriptions , dimensions of individual com- ponents and profiles , and finishes. 2. Include recommendations for product application and use . 3. Include test data substantiating that products comply with requirements . B. Shop Drawings: 1. Include plans , elevations, sections , and locations of replacement bricks on the structure , showing relation of existing and new or relocated units . 2 . Show provisions for expansion joints or other sealant joints . 3. Show provisions for flashing , lighting fixtures , conduits , and weep holes as re- qu ired . 4 . Show locations of scaffolding and points of scaffolding in contact with masonry. In- clude details of each point of contact or anchorage. C. Samples for Initial Selection: For the following : 1. Colored Mortar: Submit sets of mortar that will be left exposed in the form of sam- ple mortar strips, 6 inches long by 1/2 inch wide , set in aluminum or plastic chan- nels. a . Have each set contain a close color range of at least three Samples of dif- ferent mixes of colored sands and cements that produce a mortar matching existing , cleaned mortar when cured and dry. b . Subm it w ith precise measurements on ingredients , proportions , gradations , and source of colored sands from which each Sample was made. 2 . Sand Types Used for Mortar: Minimum 8 oz. of each in plastic screw-top jars . 3. Include sim ilar Samples of accessories involving color selection . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENT S CITY PROJECT NO . 102652 04 01 20 -3 BRICK MASONRY REPAIR D. Samples for Verification: For the following: 1. Each type of brick unit to be used for replacing existing units. Include sets of Sam- ples to show the full range of shape , color, and texture to be expected . For each brick type, provide straps or panels containing at least four bricks. Include multiple straps for brick with a wide range. 2. Accessories: Each type of accessory and miscellaneous support. 1.08 INFORMATIONAL SUBMITTALS A. Qualification Data : For brick masonry repair specialist including field supervisors and workers . B. Quality-control program. 1.09 QUALITY ASSURANCE A. Brick Masonry Repair Specialist Qualifications : Engage an experienced brick masonry repair firm to perform work of this Section . Firm shall have completed work similar in ma- terial , design , and extent to that indicated for this Project with a record of successful in- service performance . Experience in only installing masonry is insufficient experience for masonry repair work . 1. Field Supervision : Brick masonry repair specialist firm shall maintain experienced full-time supervisors on Project site during times that brick masonry repair work is in progress. B. Quality-Control Program : Prepare a written quality-control program for this Project to systematically demonstrate the ability of personnel to properly follow methods and use materials and tools without damaging masonry. Include provisions for supervising per- formance and preventing damage. C. Mockups : Prepare mockups of brick masonry repair to demonstrate aesthetic effects and to set quality standards for materials and execution and for fabrication and installation . 1. Masonry Repair: Prepare sample areas for each type of masonry repair work per- formed . If not otherwise indicated, size each mockup not smaller than two adjacent whole units or approximately 48 inches in least dimension. Construct sample are- as in locations in existing walls where directed by Architect unless otherwise indi- cated . Demonstrate quality of materials , workmanship, and blending with existing work . Include the following as a minimum: a . Replacement: Two brick units replaced . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 04 01 20-4 BRICK MASONRY REPAIR 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such de- viations in writing . 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion . 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver bricks to Project site strapped together in suitable packs or pallets or in heavy- duty cartons and protected against impact and chipping. B . Deliver packaged materials to Project site in manufacturer's original and unopened con- tainers, labeled with manufacturer's name and type of products . C. Store cementitious materials on elevated platforms , under cover, and in a dry location . Do not use cementitious materials that have become damp. D. Store hydrated lime in manufacturer's original and unopened containers . Discard lime if containers have been damaged or have been opened for more than two days . E. Store sand where grading and other required characteristics can be maintained and con- tamination avoided . F. Handle bricks to prevent overstressing , chipping , defacement , and other damage . 1.11 FIELD CONDITIONS A. Weather Limitations : Proceed with installation only when existing and forecasted weath- er conditions permit brick masonry repair work to be performed according to product manufacturers' written instructions and specified requirements. B . Temperature Limits : Repair brick masonry only when air temperature is between 40 and 90 deg F and is predicted to remain so for at least seven days after completion of the Work unless otherwise indicated . C . Cold-Weather Requirements : Comply with the following procedures for masonry repair unless otherwise indicated : 1. When air temperature is below 40 deg F, heat mortar ingredients, masonry repair materials , and existing masonry walls to produce temperatures between 40 and 120 deg F. 2 . When mean daily air temperature is below 40 deg F, provide enclosure and heat to maintain temperatures above 32 deg F within the enclosure for seven days after repair. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 04 01 20-5 BRICK MASONRY REPAIR D. Hot-Weather Requirements: Protect masonry repairs when temperature and humidity conditions produce excessive evaporation of water from mortar and repair materials . Provide artificial shade and wind breaks, and use cooled materials as required to mini- mize evaporation. Do not apply mortar to substrates with temperatures of 90 deg F and above unless otherwise indicated. E. For manufactured repair materials, perform work within the environmental limits set by each manufacturer. PART 2 -PRODUCTS 2.01 PERFORMANCE REQUIREMENTS A. Source Limitations: Obtain each type of material for repairing brick masonry (brick, ce- ment, sand, etc.) from single source with resources to provide materials of consistent quality in appearance and physical properties . 2.02 MASONRY MATERIALS A. Face Brick : As required to complete brick masonry repair work. 1. Brick Matching Existing : Units with colors, color variation within units, surface tex- ture, size , and shape that match existing brickwork as listed below: a. For existing brickwork that exhibits a range of colors or color variation within units , provide brick that proportionally matches that range and variation ra- ther than brick that matches an individual color within that range. 2.03 MORTAR MATERIALS A. Portland Cement: ASTM C150/C150M , Type I or Type II, except Type Ill may be used for cold-weather construction; white or gray, or both where required for color matching of mortar. 1. Provide cement containing not more than 0 .60 percent total alkali when tested ac- cording to ASTM C114. B. Hydrated Lime: ASTM C207, Type S. C. Mortar Sand : ASTM C144. 1. Exposed Mortar: Match size , texture, and gradation of existing mortar sand as closely as possible . Blend several sands if necessary to achieve suitable match . 2. Colored Mortar: Natural sand or ground marble , granite, or other sound stone of color necessary to produce required mortar color. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 04 01 20-6 BRICK MASONRY REPAIR D. Mortar Pigments: ASTM C979/C979M, compounded for use in mortar mixes , and having a record of satisfactory performance in masonry mortars. E. Water : Potable. 2.04 ACCESSORY MATERIALS A. Stainless Steel Helical Wall Ties : AISI Type 304 austenitic stainless steel , asymmetrical, dual diameter helical wall ties , "Spira-Lok Asymmetrical Ties " by Blok-Lok. B . Adjustable Wall Ties : Adjustable, loop-type for anchoring brick veneer to concrete back- up wall , Hohmann & Barnard DW-10 Carbon Steel Anchor with a Vee Byna-Tie conform- ing to ASTM A1064/A1064M with hot-dip galvanized finish 1.5 oz/ft2 • C. Other Products : Select materials and methods of use based on the following , subject to approval of a mockup : 1. Previous effectiveness in performing the work involved . 2 . Minimal possibility of damaging exposed surfaces . 3. Consistency of each application . 4 . Uniformity of the resulting overall appearance . 5 . Do not use products or tools that could leave residue on surfaces. 2.05 MORTAR MIXES A. Measurement and Mixing : Measure cementitious materials and sand in a dry condition by volume or equivalent weight. Do not measure by shovel ; use known measure. Mix materials in a clean , mechanical batch mixer. B . Colored Mortar: Produce mortar of color required by using specified ingredients . Do not alter specified proportions without Architect's approval. 1. Mortar Pigments: Where mortar pigments are indicated , do not add pigment ex- ceeding 10 percent by weight of the cementitious or binder materials, except for carbon black which is limited to 2 percent , unless otherwise demonstrated by a satisfactory history of performance . C . Do not use admixtures in mortar unless otherwise indicated . D. Mixes : Mix mortar materials in the following proportions: 1. Rebuild ing (Setting) Mortar by Volume : ASTM C270, Proportion Specification , 1 part portland cement, 1 part lime , and 6 parts sand. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 04 01 20-7 BRICK MASONRY REPAIR 2 . Pigmented, Colored Mortar: Add mortar pigments to produce exposed, setting (re- building) mortar of colors required. PART 3 -EXECUTION 3.01 PROTECTION A. Prevent mortar from staining face of surrounding masonry and other surfaces. 1. Cover sills, ledges, and other projecting items to protect them from mortar drop- pings. 2. Keep wall area wet below rebuilding and repair work to discourage mortar from adhering. 3. Immediately remove mortar splatters in contact with exposed masonry and other surfaces . 3.02 MASONRY REPAIR, GENERAL A. Appearance Standard: Repaired surfaces are to have a uniform appearance as viewed from 20 feet (6 m) away by Architect. 3.03 ABANDONED ANCHOR REMOVAL A. Remove abandoned anchors , brackets , wood nailers , and other extraneous items no longer in use unless indicated to remain . 1. Remove items carefully to avoid spalling or cracking masonry. 2 . Notify Architect before proceeding if an item cannot be removed without damaging surrounding masonry. Do the following where directed: a . Cut or grind off item approximately 3/4 inch (20 mm) beneath surface and core drill a recess of same depth in surrounding masonry as close around item as practical. b . Immediately paint exposed end of item with two coats of antirust coating , fol- lowing coating manufacturer's written instructions and without exceeding manufacturer's recommended dry film thickness per coat. Keep paint off sides of recess . 3 . Patch hole where each item was removed unless directed to remove and replace bricks . CON FORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 04 0 1 20 -8 BRICK MASONRY REPAIR 3.04 REMEDIAL ANCHORING OF BRICK TO BACK-UP WALL A. At Digesters 1 -6, scan brick veneer at eight random locations to locate brick ties. Where ties are not found, or where they exceed 32-inch spacing horizontally or 16-inch spacing vertically, install stainless steel, asymmetrical, helical wall ties through brick mortar joints into concrete back-up wall in accordance with manufacturer's instructions, minimum 3-inch penetration into concrete. Space helical wall ties 32 inches on center horizontally and 16 inches on center vertically. B. Perform in-situ pull-out load testing on one anchor per Digester in accordance with man- ufacturer's recommendations, using the manufacturer's testing equipment. Additional pull-out tests shall be performed until a successful test of 1200 lbs . is achieved. Report results to Engineer. C. Patch holes in mortar using materials and mixes specified in this Section. 3.05 BRICK REMOVAL AND REPLACEMENT A. At locations indicated, remove bricks that are damaged, spalled, or deteriorated. Careful- ly remove entire units from joint to joint, without damaging surrounding masonry , in a manner that permits replacement with full-size units. 1. When removing single bricks, remove material from center of brick and work to- ward outside edges . B. Support and protect remaining masonry that surrounds removal area. C . Maintain flashing, reinforcement , lintels, and adjoining construction in an undamaged condition. D. Notify Architect of unforeseen detrimental conditions including voids, cracks, bulges, and loose units in existing masonry backup, rotted wood, rusted metal, and other deteriorat- ed items . E. Clean masonry surrounding removal areas by removing mortar, dust , and loose particles in preparation for brick replacement. F. Install adjustable wall ties in accordance with manufacturer's recommendations. G. Replace removed damaged brick with new brick matching existing brick. H. Install replacement brick into bonding and coursing pattern of existing brick. If cutting is required, use a motor-driven saw designed to cut masonry with clean , sharp, unchipped edges. 1. Maintain joint width for replacement units to match existing joints. 2. Use setting buttons or shims to set units accurately spaced with uniform joints. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 04 01 20-9 BRICK MASONRY REPAIR I. Lay replacement brick with rebuilding (setting) mortar and with completely filled bed, head, and collar joints. Butter ends with enough mortar to fill head joints and shove into place . Wet both replacement and surrounding bricks that have ASTM C67 initial rates of absorption (suction) of more than 30 g/30 sq. in. per min. Use wetting methods that en- sure that units are nearly saturated but surface is dry when laid . 1. Tool exposed mortar joints in repaired areas to match joints of surrounding existing brickwork . 2. Rake out mortar used for laying brick before mortar sets. Point at same time as re- painting of surrounding area. 3 . When mortar is hard enough to support units, remove shims and other devices in- terfering with pointing of joints . J . Curing : Cure mortar by maintaining in thoroughly damp condition for at least 72 con- secutive hours , including weekends and holidays. 1. Hairline cracking within the mortar or mortar separation at edge of a joint is unac- ceptable. Completely remove such mortar and repaint. 3.06 FINAL CLEANING A. After mortar has fully hardened , thoroughly clean exposed masonry surfaces of excess mortar and foreign matter; use wood scrapers , stiff-nylon or -fiber brushes , and clean water applied by low-pressure spray. 1. Do not use metal scrapers or brushes . 2 . Do not use acidic or alkaline cleaners . B . Clean adjacent non-masonry surfaces . Use detergent and soft brushes or cloths . C. Clean mortar and debris from roof; remove debris from gutters and downspouts . Rinse off roof and flush gutters and downspouts . D. Remove masking materials, leaving no residues that could trap dirt. 3.07 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and in- spections . Allow inspectors use of lift devices and scaffolding, as needed, to perform in- spections . B. Architect's Project Representatives: Architect will assign Project representatives to help carry out Architect's responsibilities at the site , including observing progress and quality of portion of the Work completed. Allow Architect's Project representatives use of lift de- CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 04 01 20-10 BRICK MASONRY REPAIR vices and scaffolding , as needed, to observe progress and quality of portion of the Work completed. C . Notify Architect's Project representatives in advance of times when lift devices and scaf- folding will be relocated . Do not relocate lift devices and scaffolding until Architect's Pro- ject representatives have had reasonable opportunity to make inspections and observa- tions of work areas at lift device or scaffold location . 3.08 MASONRY WASTE DISPOSAL A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are Con- tractor's property. B. Masonry Waste : Remove masonry waste and legally dispose of off Owner's property. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 04 01 20-11 BRICK MASONRY REPAIR CONFORMED , 12/01/2022 THIS PAGE INTENTIONALLY LEFT BLANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 04 01 20-12 BRICK MASONRY REPAIR PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: SECTION 05 05 33 ANCHOR SYSTEMS 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown , specified, and required to furnish and install anchor systems. 2. This Section includes all anchor systems required for the Work, but not specified under other Sections. B. Coordination : 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before anchor systems Work . 1.02 REFERENCES A. Standards referenced in this Section are : 1. ACI 318, Building Code Requirements for Structural Concrete . 2 . ACI 350, Code Requirements for Environmental Engineering Concrete Structures . 3 . ACI 355 .2, Qualification of Post-Installed Mechanical Anchors in Concrete . 4. ANSI 8212 .15 , Cutting Tools -Carbide-tipped Masonry Drills And Blanks For Carbide-tipped Masonry Drills. 5. ANSI/MSS SP-58 , Pipe Hangers and Supports -Materials , Design , Manufacture , Selection , Application , and Installation . 6. ASTM A194/A194M, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both . 7. ASTM A276 , Specification for Stainless Steel Bars and Shapes . 8. ASTM A493, Specification for Stainless Steel Wire and Wire Rods for Cold Heading and Cold Forging. 9. ASTM A563 , Specification for Carbon and Alloy Steel Nuts . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33 -1 ANCHOR SYSTEMS 10. ASTM A1011/A1011M , Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. 11. ASTM B633, Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 12. ASTM C307, Test Method for Tensile Strength of Chemical-Resistant Mortar, Grouts, and Monolithic Surfacings. 13. ASTM C579, Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes. 14 . ASTM C881/C881M, Specification for Epoxy-Resin-Base Bonding Systems for Concrete . 15 . ASTM D695 , Test Method for Compressive Properties of Rigid Plastics . 16 . ASTM D790, Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials . 17 . ASTM E329 , Specification for Agencies Engaged in Construction Inspection, Testing , or Special Inspection . 18 . ASTM E488 , Test Methods for Strength of Anchors in Concrete and Masonry Elements . 19 . ASTM F593 , Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 20 . ASTM F594 , Specification for Stainless Steel Bolts, Hex Cap Screws , and Studs . 21. ASTM F1554, Specification for Anchor Bolts, Steel, 36, 55 and 105-ksi Yield Strength. 22. FS A-A-1922A, Shield , Expansion (Caulking Anchors, Single Lead). 23. FS A-A-1923A , Concrete Expansion Anchors. 24 . FS A-A-1925A, Shield , Expansion (Nail Anchors). 25. FS A-A-55614, Shield, Expansion (non-drilling expansion anchors). 26. ICC-ES AC01, Acceptance Criteria for Expansion Anchors in Masonry Elements. 27 . ICC-ES AC58, Acceptance Criteria for Adhesive Anchors in Masonry Elements. 28 . ICC-ES AC193, Acceptance Criteria for Mechanical Anchors in Concrete Elements . CONFORMED, 12/01/2022 FWVV VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-2 ANCHOR SYSTEMS 29. ICC-ES AC308, Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete Elements . 30. ISO 3506-1 , Mechanical Properties of Corrosion-Resistant Stainless Steel Fasteners --Part 1: Bolts , Screws and Studs. 31 . NSF/ANSI 61, Drinking Water System Components -Health Effects. 1.03 QUALITY ASSURANCE A. Qualifications : 1. Testing Laboratory: Shall comply with ASTM E329 and shall be experienced in tension testing of post-installed anchoring systems . 2. Post-installed Anchor Installer: Shall be experienced and trained by post-installed anchor system manufacturer in proper installation of manufacturer's products . Product installation training by distributors or manufacturer's representatives is unacceptable unless the person furnishing the training is qualified as a trainer by the anchor manufacturer. 1.04 SU BM ITT ALS A. Action Submittals : Submit the following : 1. Shop Drawings : a . Listing of all anchor systems products intended for use in the Work including product type , intended location in the Project , and embedded lengths. 2. Product Data : a . Manufacturer's specifications , load tables, dimension diagrams , acceptable base material conditions, acceptable drilling methods, and acceptable bored hole conditions . b . When required by ENGINEER, copies of valid ICC ES reports that presents load-carrying capacities and installation requirements for B. Informational Submittals: Submit the following: 1. Certificates : a. For each type of anchor bolt or threaded rod , submit copies of laboratory test reports and other data required to demonstrate compliance with the Contract Documents . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-3 ANCHOR SYSTEMS b. Post-installed anchor system manufacturer's certification that installer received training in the proper installation of manufacturer's products required for the Work. 2. Manufacturer's Instructions : a. Installation instructions for each anchor system product proposed for use, including bore hole cleaning procedures and adhesive injection, cure and gel time tables, and temperature ranges (storage , installation and in-service). 3 . Field Quality Control Submittals: a . Submit results of field quality control testing and inspections performed by testing laboratory. 1.05 DELIVERY, STORAGE AND HANDLING A. Storage and Protection: 1. Keep materials dry during delivery and storage . 2. Store adhesive materials within manufacturer's recommended storage temperature range . 3. Protect anchor systems from damage at the Site . Protect products from corrosion and deterioration . PART 2 -PRODUCTS 2.01 SYSTEM PERFORMANCE A. General : 1. At locations where conditions dictate that Work specified in other Sections is to be of corrosion resistant materials , provide associated anchor systems of stainless steel materials, unless other corrosion-resistant anchor system material is specified . Provide anchor systems of stainless steel materials where stainless steel materials are required in the Contract Documents. 2 . Stainless Steel Nuts: a . For anchor bolts and adhesive anchors, provide ASTM A194/A194M , Grade BS (Nitronic 60) stainless steel nuts for stainless steel anchors used for anchoring equipment , gates, and weirs , and other locations, if any, where the attachment will require future removal for operation or maintenance . Provide lock washer or double nuts on each anchorage device provided for equipment, as required by equipment manufacturer. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-4 ANCHOR SYSTEMS b . For other locations, provide for each anchorage device a nut as specified or as required by anchor manufacturer. When ASTM A194/A194M , Grade BS (Nitronic 60) nuts are not required for anchor bolts and adhesive anchors as specified in this Section , provide anti-seizing compound where stainless steel rods are used with stainless steel nuts of the same type. 3. Materials that can contact potable water or water that will be treated to become potable shall be listed in NSF/ANSI 61 . B . Design Criteria 1. Size, Length , and Load-carrying Capacity: Comply with the Contract Documents. When size , length or load-carrying capacity of anchor system is not otherwise shown or indicated , provide the following: a . Anchor Bolts: Provide size , length, and capacity requ ired to carry design load based on values and requirements of Paragraph 3.2.A of this Section . For conditions outside li mits of critical edge distance and spacing in Paragraph 3.2 .A of this Section , minimum anchor bolt embedment as shown or indicated in Paragraph 3 .2 .A of this Section apply and capacity shall be based on requirements of Laws and Regulations , including applicable building codes . b . Adhesive Anchors , Expansion Anchors , or Concrete Inserts: Provide size , length , type , and capacity required to carry design load. Anchor capacity shall be based on the procedures required by the building code in effect at the Site. Where Evaluation Service Reports issued by the ICC Evaluation Service are required in this Section , anchor capacities shall be based on design procedure required in the applicable ICC Evaluation Service Report. 1) General : Determine capacity considering reductions due to installation and inspection procedures , embedment length , strength of base fastening materials, spacing , and edge distance, as indicated in the manufacturer's design guidelines. For capacity determination , concrete shall be assumed to be in the cracked condition , unless calculations demonstrate that the anchor system will be installed in an area that is not expected to c rack under any and all conditions of design loading. 2) Concrete Adhesive Anchors : Unless otherwise shown or indicated in the Contract Documents or approved by ENGINEER, provide minimum embedment depth of the greater of the following: required to develop tensile strength of anchor, or a minimum embedment of 10 anchor diameters; and minimum anchor spacing and edge distance of 12 anchor diameters. 3) CONFORMED , 12/0 1/2022 Concrete Masonry Adhesive Anchors : Unless otherwise shown or indicated in the Contract Documents or approved by ENGINEER, FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-5 ANCHOR SYSTEMS provide minimum anchor spacing and edge distance as indicated in anchor manufacturer's instructions . 4) Concrete Expansion Anchors : Unless otherwise shown or indicated in the Contract Documents or approved by ENGINEER, provide minimum embedment depth of six anchor diameters, and minimum anchor spacing and edge distance of seven anchor diameters. 5) Concrete Masonry Expansion Anchors : Unless otherwise shown or indicated in the Contract Documents or approved by ENGINEER , provide minimum anchor spacing and edge distance as indicated in anchor manufacturer's instructions . 6) Concrete Undercut Anchors : Unless otherwise shown or indicated in the Contract Documents, or approved by ENGINEER, provide minimum anchor spacing and edge distance as tabulated in anchor manufacturer's inst ructions . 2. Design Loads . Comply with the Contract Documents. When design load of supported material, equipment, or system is not otherwise shown or indicated , provide the follow ing : a. Equipment Anchors : Use design load recommended by equipment manufacturer. When equipment can be filled with fluid , use loads that incorporate equipment load and load imposed by fluid. b. Pipe Hangers and Supports : Use full weight of pipe , and fluid contained in pipe that are tr ibutary to the support plus the full weight of valves and accessories located between the hanger or support being anchored and the next hanger or support . c . Hangers and Supports for Electrical Systems , and HVAC , Plumbing , and Fire Suppression Systems and Piping : Use the full weight of supported system that is tributary to the support plus the full weight of accessories located between the hanger or support being anchored and the next hanger or support. When piping or equipment is to be filled with fluid, anchor systems shall be sized to support such loads in addition to the weight of the equipment , piping, or system , as applicable . d . Delegated Design : When anchor systems are used for supporting materia ls , equipment , or systems delegated to a design professional reta ined by CONTRACTOR, Subcontractor, or Supplier, provide anchor system suitable for loads indicated in delegated design documents and consistent with the design intent expressed in the Contract Documents . C . Appl icat ion : 1 . Anchor Bolts : CONFORM ED, 12/0 1/20 22 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLAR E, DOM E IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-6 ANCHOR SYSTEMS a. Where anchor bolt is shown or indicated, use cast-in-place anchor bolt unless another anchor type is approved by ENGINEER. b. Provide anchor bolts as shown or indicated, or as required to secure structural element to appropriate anchor surface. 2. Concrete Adhesive Anchors : a . Use where adhesive anchors are shown or indicated for installation in concrete . b. Suitable for use where subject to vibration. c . Suitable for use in exterior locations or locations subject to freezing . d. Suitable for use in submerged, intermittently submerged, or buried locations. e . Do not use in overhead applications , unless otherwise shown or approved by ENGINEER. f . Do not use for pipe hangers , unless otherwise shown or approved by ENGINEER. 3. Grout-filled Concrete Masonry Adhesive Anchors: a . Use where adhesive anchors are shown or indicated for installation in grout- filled concrete masonry units . b. Suitable for use where subject to vibration . c. Suitable for use in exterior locations or locations subject to freezing . d . Do not use for pipe hangers, unless otherwise shown or approved by ENGINEER. 4 . Hollow Concrete Masonry Adhesive Anchors: a . Use where adhesive anchors are shown or indicated for installation in hollow concrete unit masonry. b. Suitable for use where subject to vibration . c . Suitable for use in exterior locations or locations subject to freezing . d . Do not use for pipe hangers , unless otherwise shown or approved by ENGINEER. 5. Concrete Wedge Expansion Anchors: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-7 ANCHOR SYSTEMS a . Use where expansion anchors are shown or indicated for installation in concrete. b . Do not use where subject to vibration . c. Do not use in exterior locations or locations subject to freezing. d . Do not use in submerged, intermittently submerged, or buried locations. e . Suitable for use in overhead applications . 6. Grout-filled Concrete Masonry Wedge Expansion Anchors: a . Use where expansion anchors are shown or indicated for installation on the interior face of grout-filled unit masonry . b . Do not use where subject to vibration . c. Do not use in exterior locations or locations subject to freezing . 7. Hollow Concrete Masonry Sleeve Expansion Anchors : a. Use where expansion anchors are shown or indicated for installation in hollow concrete unit masonry or solid brick. b . Do not use for attaching safety-related systems, such as piping conveying hazardous or potentially hazardous materials, or fire suppression systems. c . Do not use where subject to vibration . d . Do not use in exterior locations or locations subject to freezing . 8 . Drop-in Expansion Anchors: a . Use drop-in expansion anchors installed in concrete where light-duty anchors are required to support piping or conduit two-inch diameter or smaller. b. Do not use for attaching safety-related systems, such as piping conveying hazardous or potentially hazardous materials , or fire suppression systems. c. Do not use where subject to vibration. d. Do not use at submerged, intermittently submerged, or buried locations. e. Do not use in exterior locations or locations subject to freezing. f. Suitable for use in overhead applications . CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 05 05 33-8 ANCHOR SYSTEMS 9. Concrete Undercut Anchors: a . Use where undercut anchors are shown or indicated for installation in concrete. b . Suitable for use where subject to vibration. c . Do not use in submerged, intermittently submerged, or buried locations. d. Do not use in exterior locations or locations subject to freezing. e . Suitable for use in overhead applications . 10. Concrete Inserts: a. Use only where shown or indicated in the Contract Documents . b. Allowed for use to support pipe hangers and pipe supports for pipe size and loading recommended by the concrete insert manufacturer. 11 . Drive-In Expansion Anchors : a. Use drive-in expansion anchors installed in concrete, precast concrete , grouted masonry units , or brick, where light-duty anchors are required to support piping or conduit one-inch diameter and smaller. b . Do not use for attaching safety-related systems, such as piping conveying hazardous or potentially hazardous materials, or fire suppression systems. c. Do not use in overhead applications. 2.02 MATERIALS A. Anchor Bolts : 1. Interior Dry Non-Corrosive Locations : Provide straight threaded carbon steel rods complying with ASTM F1554 , Grade 36 , with heavy hex nuts complying with ASTM A563 Grade 36 , unless otherwise shown or indicated on the Drawings. Hooked anchor bolts are unacceptable . 2 . Exterior, Buried , Submerged Locations , or When Exposed to Wastewater: Provide stainless steel straight threaded rods complying with ASTM F593, AISI Type 316 , Condition A, with ASTM F594 , AISI Type 316 , stainless steel nuts. Provide ASTM A194/A194M , Grade BS (Nitronic 60) stainless steel nuts where required. Other AISI types may be used when approved by ENGINEER. Hooked bolts are unacceptable. 3. Equipment: Prov ide anchor bolts complying with material requirements of this Section and equ ipment manufacturer's requirements relative to size , embedment CONFORMED , 12/0 1/2022 FWW VILLAGE CR EEK WRF , DIGESTER MIXING , FLAR E, DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33 -9 ANCHOR SYSTEMS length , and anchor bolt projection . Anchor bolts shall be straight threaded rods with washers and nuts as specified in this Section . Hooked bolts are unacceptable. 4. Anchoring of Structural Elements : Provide anchor bolts of size , material , and strength shown or indicated in the Contract Documents. B. Concrete Adhesive Anchors: 1. General: a . Adhesive anchors shall consist of threaded rods anchored into hardened concrete using an adhesive system. 2 . Products and Manufacturers : Provide one of the following: a. HIT-RE 500-V3 Injection Epoxy Adhesive Anchoring System, by Hilti Fastening Systems , Inc. b . SET-XP Epoxy-Tie Adhesive , by Simpson Strong-Tie Company, Inc. 3. Adhesive: a . Adhesive system shall use two-component adhesive mix. b . Epoxy adhesives shall comply with physical requirements of ASTM C881/C881 M, Type IV, Grade 2 and 3 , Class A, B, and C , except gel times. c . Adhesives shall have a current evaluation report by ICC Evaluation Service for use in both cracked and uncracked concrete with seismic recognition for SOC A through F as tested and assessed in accordance with ICC-ES AC308. d . Adhesives shall have minimum bond strength and minimum design bond strength (bond strength multiplied by strength reduction factor) in accordance with Table 05 05 33-A: Anchor Rod Diameter / Dowel Size 3/8-inch / #3 1/2-inch / #4 CONFORMED , 12/01 /2022 TABLE 05 05 33-A: ADHESIVE BOND STRENGTH 1 •2 Uncracked Concrete Cracked Concrete Bond Design Bond Bond Design Bond Strength (psi) Strength (psi) Strength (psi) Strength (psi) 2040 1920 1300 1090 700 1200 920 560 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-10 ANCHOR SYSTEMS 5/8-inch / #5 1830 1150 710 390 3/4-inch / #6 1760 1050 710 460 718inch I #7 1670 900 610 340 1-inch / #8 1650 1050 850 460 -/#9 1900 1000 800 400 1.25-inch/ #10 1580 1000 730 400 Table Notes : 1. Bond strengths listed for hammer-drilled, dry hole . 2. Bond strengths listed for maximum short term concrete temperature of 110 degrees F and maximum long term concrete temperature of 75 degrees F. 4 . Anchor: a. Provide continuously-threaded, AISI Type 316 stainless steel adhesive anchor rod. Threaded rods shall comply with the concrete adhesive anchor manufacturer's specifications as included in the ICC Service Evaluation Report for the anchor submitted. Nuts shall have specified proof load stresses equal to or greater than the minimum tensile strength of the stainless steel threaded rod used . Provide ASTM A194/A194M, Grade 8S (Nitronic 60) stainless steel nuts where required. C. Grout-filled Concrete Masonry Adhesive Anchors : 1. General : a. Adhesive anchors shall consist of threaded rods anchored into grout-filled concrete block masonry using an adhesive system. 2. Products and Manufacturers : Provide one of the following: a . HIT-HY 200 Adhesive Anchoring System, by Hilti Fastening Systems, Inc. b. Acrylic-Tie Adhesive, by Simpson Strong-Tie Company, Inc . 3. Adhesive: a . Adhesive system shall use two-component adhesive mix . b . Acrylate hybrid adhesives shall comply with the following: 1) ASTM C579 compressive strength greater than 7,252 psi, or ASTM 0695 compressive yield strength greater than or equal to 10,210 psi. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 05 05 33-11 ANCHOR SYSTEMS 2) ASTM C307 modulus of elasticity greater than 507 ,000 psi or ASTM D695 compressive modulus of elasticity greater than 660 ,800 psi. c . Adhesives shall have current ICC Evaluation Service Report for use in grout- filled concrete masonry, tested and assessed in accordance with ICC-ES AC 58 . 4 . Anchor: a . Provide stainless steel adhesive anchor rod complying with ASTM F593, AISI Type 316, Condition CW , with ASTM F594, AISI Type 316 stainless steel nuts. Provide ASTM A194/A194M , Grade 8S (Nitronic 60) stainless steel nuts where required . D. Hollow Concrete Masonry Adhesive Anchors : 1. General : a. Adhesive anchors shall consist of threaded rods with a cylindrical mesh steel or plastic screen tube anchored into hollow concrete block masonry using an adhesive system . 2 . Products and Manufacturers: Provide one of the following : a. HIT-HY 70 for Masonry Anchoring System, by Hilti Fastening Systems, Inc . b . Acrylic-Tie Anchoring Adhesive, by Simpson Strong-Tie Company, Inc. 3. Adhesive : a . Adhesive system shall use two-component adhesive mix . b. Hybrid adhesives shall comply with the following : 1) ASTM D695 compressive strength, greater than 7,410 psi. 2) ASTM D790 modulus of elasticity: 0 .33 x 1 as psi or ASTM D695 compressive modulus of elasticity greater than 0.668 x1 as ps i. c . Adhesives shall have a current ICC Evaluation Service Report for use in hollow concrete masonry as tested and assessed in accordance with ICC - ES AC58. 4 . Anchor : a . Provide stainless steel adhesive anchor rod complying with ASTM F593 , AISI Type 316 , Condition CW , with ASTM F594, AISI Type 316 , stainless steel nuts. Provide ASTM A194/A194M, Grade 8S (Nitronic 60) stainless steel nuts where required . CONFORMED , 12/01 /2022 FW'N VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-12 ANCHOR SYSTEMS 5. Mesh Screen Tube : E. E. a . Provide with mesh size, length , and diameter as specified by adhesive anchor manufacturer. b. Mesh shall be AISI 304 stainless steel. Concrete Wedge Expansion Anchors : 1. General: a. Concrete wedge expansion anchors shall consist of stud, wedge , nut, and washer. 2. Products and Manufacturers : Provide one of the following : a. Kwik Bolt TZ Wedge Anchor, by Hilti Fastening Systems, Inc. b. Or equal. 3. Anchors shall comply with physical requirements of FS A-A-1923A, Type 4. Provide concrete wedge expansion anchors suitable for use in cracked and uncracked concrete in accordance with ACI 318 and ACI 350 , Appendix D. Demonstrate suitability of cracked concrete wedge anchors in accordance with ACI 355 .2 prequalification tests . 4 . Interior Dry Non-corrosive Locations : Provide carbon steel anchors complete with nuts and washers , zinc plated, in acco rdance with ASTM 8633. 5. Other Locations : Provide expansion anchors complete with nuts and washers, AISI Type 304 stainless steel anchor body, in accordance with ASTM A276 or ASTM A493. 6. Concrete wedge expansion anchors shall have a current ICC Evaluation Service Report for use in both cracked and uncracked concrete with seismic recognition in seismic design Categories A through F when tested and assessed in accordance with ICC-ES AC193 . F. Grout-filled Masonry Wedge Expansion Anchors : 1. General : a. Grout-filled masonry wedge expansion anchors shall each consist of stud , wedge , nut, and washer . 2 . Product and Manufacturers : Provide one of the following: a. Kwik-Bolt 3 Expansion Anchors , by Hilti Fastening Systems , Inc . CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33 -13 ANCHOR SYSTEMS b. Wedge-All Wedge Anchors, by Simpson Strong-Tie Company , Inc. 3 . Anchors shall comply with physical requirements of FS A-A-1923A, Type 4 . Anchors shall be non-bottom bearing type with single-piece steel expansion clip providing 360-degree contact with base material and shall not require oversized holes for installation . 4 . Interior Dry Non-Corrosive Locations: Provide carbon steel anchors complete with nuts and washers, zinc plated, in accordance with ASTM B633. 5. Grout-filled masonry wedge expansion anchors shall have a current ICC Evaluation Service report for use in fully-grouted concrete masonry construction when tested and assessed in accordance with ICC-ES AC01 . G. Hollow Concrete Masonry Sleeve Expansion Anchors: 1. General: a. Sleeve expansion anchors shall each consist of an externally threaded stud with full length expanding sleeve. 2 . Products and Manufacturers: Provide one of the following: a. HLC Sleeve Anchors, by Hilti Fastening Systems, Inc. b. Dynabolt Sleeve Anchors, by ITW Red Head . c. Or equal. 3. Anchors shall comply with physical requirements of FS A-A-1922A. Anchors shall be non-bottom bearing type with single-piece steel expansion sleeve providing 360-degree contact with base material, and shall not require oversized holes for installation . 4. Interior Dry Non-corrosive Locations: Provide carbon steel anchors complete with nuts and washers , zinc plated , in accordance with ASTM B633 . H. Drop-in Expansion Anchors: 1. General : a . Drop-in expansion anchors shall each consist of an internally threaded, deformation-controlled expansion anchor with pre-assembled expander plug . 2 . Products and Manufacturers : Provide one of the following: a. HDI Drop-In Anchors, by Hilti Fastening Systems, Inc. b. Drop-In Anchor, by Simpson Strong-Tie Company, Inc . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO. 102652 05 05 33-14 ANCHOR SYSTEMS c . Or equal. 3. Provide carbon steel anchors complete with nuts and washers, zinc plated, in accordance with ASTM 8633, complying with physical requirements of FS A-A- 55614, Type I. Anchors shall be flush or shell type. Provide low-profile anchors for use in precast concrete planks . I. Concrete Undercut Anchors : 1. General: a. Each concrete undercut anchor shall consist of threaded stud, thick-walled expansion sleeve, expander coupler, and nut and washer. Anchors shall be pre-set type or through-set type, as shown on the Drawings. 2. Products and Manufacturers: Provide one of the following: a . HOA Undercut Anchor, by Hilti Fastening Systems, Inc . b. DUC Ductile Undercut Anchor, by USP Structural Connectors. c. Or equal 3 . Provide concrete undercut expansion anchors in accordance with ACI 318 and ACI 350, Appendix D. Demonstrate suitability of cracked concrete undercut anchors in accordance with ACI 355.2 prequalification tests. 4. Installed anchor shall exhibit form fit between bearing elements and the undercut in the concrete . 5. Interior Dry Non-Corrosive Locations: Provide carbon steel anchors, complete with nuts and washers , zinc plated, in accordance with ASTM 8633. 6. Other Locations : Provide stainless steel anchors, complete with nuts and washers , manufactured of AISI Type 316 stainless steel or materials complying with ISO 3506-1 and having corrosion resistance equivalent to AISI Type 316 stainless steel. 7 . Concrete undercut anchors shall have a current ICC Evaluation Service Report for use in both cracked and uncracked concrete for seismic recognition for seismic design Categories A through F when tested and assessed in accordance with ICC- ES AC193. J. Concrete Inserts : 1. Manufacturers: Provide products of one of the following : a. Unistrut Corporation . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-15 ANCHOR SYSTEMS b. Cooper B-Line , Inc. c . Anvil International , Inc. d . Or equal. 2. Spot Concrete Inserts : a . Provide inserts recommended by insert manufacturer for required loading. Inserts shall comply with ANSI/MSS SP-58 , malleable iron , Type 18 . Spot inserts shall allow for lateral adjustment and have means for attachment to forms . Provide nuts compatible with insert and to suit threaded hanger rod sizes. 3. Continuous Concrete Inserts : a . Provide inserts recommended by insert manufacturer for required loading . Inserts shall be continuous type and shall be manufactured from minimum 12-gage cold-formed channel sections , complying with ASTM A1011/A1011 M, stainless steel , Grade 33 , complete with styrofoam inserts , end caps , and means for attach ing to forms . Provide channel nuts compatible with insert suitable for threaded hanger rod sizes. 4 . Provide inserts with plain finish . K. Drive-In Expansion Anchors: 1. General: a . Drive-In expansion anchors shall each consist of sta inless steel drive pin and expanding alloy body . 2 . Products and Manufacturers: Provide one of the following : a . Metal HIT Anchor, by Hilti Fastening Systems , Inc. b. Zinc Nailon Anchor, by Simpson Strong-Tie Company, Inc. 3. Provide Type 304 stainless steel drive pin with zinc alloy body. Anchor shall comply w ith physical requirements of FS A-A-1925A, Type 1. L. Unless approved by ENGINEER, do not use power-actuated fasteners or other types of bolts and fasteners not specified in this Section . M . Ant i-Seizing Compound : 1. Products and Manufacturers : Provide one of the following : a . Pure Nickel Never-Seez , by Bostik . CON FORMED , 12/0 1/2022 FWl/v VILLAGE CREEK WRF , DIGESTER MIXI NG , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33 -16 ANC HOR SYSTEMS b. Nickel-Graf, by Anti-Seize Technology. c. Or equal. 2 . Provide pure nickel ant i-seizing compound . PART 3 -EXECUTION 3.01 INSPECTION A. Exam ine conditions under which materials will be installed and advise ENGINEER in writing of conditions detrimental to proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected . 3.02 INSTALLATION A. Anchor Bolts: 1. Provide anchor bo lts as shown or indicated in the Contract Documents, or as required to secure structural element to the appropriate anchor surface . 2 . Locate and accurately set anchor bolts using templates or other devices as required , prior to placing concrete. Wet setting of anchor bolts is unacceptable . 3. Protect threads and shank from damage during installation and subsequent construction operations . 4. Unless otherwise shown or approved by ENGINEER anchor bolts shall comply with Table 05 05 33-B : -..c (.) C -.... Q) -Q) E ctl 0 -0 l1l 1/2 5/8 3/4 TABLE 05 05 33-8: SINGLE ANCHOR ALLOWABLE LOADS ON ANCHOR BOLTS 1 F1554 Grade 36 F1554 F593 Type 316 , Condition A Grade 55 Q) N -(.) C) C E Q) I:: C C 6 2 ·u,.... :::> E 2 i:: -~ ctl -n E -o u ·-Q) C ~ 0 a. C C .0 ·--Cl) ·-~E-!; Q) ..... -C) -g w ~ ctl 6 9 7.5 11.25 9 13.5 Q) N ----(.) C) .0 .0 C -.0 ::::::,. E Q) = C C .0 --s 2 ·u ,.... O") :::> E 2 -O") '<t C = -~ ctl -5 O") C O")- 0 E -o u .... .Q .... ·-Q) C := 0 a. C ctl ctl ·u; C .0 ·--Cl) ·-Q) Cl) Q) C ~E-~ Q) ..... ..c C ..c Q) -C) -g Cl) Q) Cl) I-w ~ ctl I- 1,262 2 ,420 8 .5 12.75 1,660 3,190 2 ,010 3 ,860 10 .5 15 .75 2,640 5,080 2 ,974 5 ,720 13 19 .5 3,910 7,520 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOM E IMPROVEM E NTS CITY PROJECT NO . 102652 CONFORMED , 12/0 1/2022 05 05 33-17 ANCHOR SYST EMS 7/8 10.5 15 .75 4,106 7,890 15 22 .5 5,400 10,390 1 12 18 5 ,386 10 ,360 17 25.5 7 ,090 13,450 1 13.5 20.25 6 ,787 13,052 19 28 .5 8,930 16,580 1/8 1 15 22 .5 8,617 16,572 21 31.5 11,340 20,040 1/4 Table Notes: 1. Table is based on ACI 318 and ACI 350, Appendix D, f c = 4000 psi. Table 05 05 33-B is not applicable to anchor bolts embedded in grouted masonry. 2 . Critical edge distance and spacing are indicated in the table. Capacity of anchor bolts for other combination of edge distances and spacing shall be evaluated in accordance with ACI 318 and ACI 350 , Appendix D. 3 . Values for shear and tension listed are not considered to act concurrently. Interaction of tension and shear will be evaluated by ENGINEER in accordance with ACI 318 and ACI 350 , Appendix D. B. Adhesive Anchors , Undercut Anchors , and Expansion Anchors -General: 1. Prior to drilling, locate existing reinforcing steel in vicinity of proposed holes . If reinforcing conflicts with proposed hole location, obtain ENGINEER's approval of alternate hole locations to avoid drilling through or damaging existing reinforcing bars. C. Adhesive Anchors : 1. Comply with manufacturer's written installation instructions and the following. 2 . Drill holes to adhesive system manufacturer's recommended drill bit diameter to the specified depth . Drill holes in hammering and rotation mode with carbide- tipped drill bits that comply with the tolerances of ANSI 8212 .15. Core-drilled holes are unacceptable . 3 . Before setting adhesive anchor, hole shall be made free of dust and debris by method recommended by adhesive anchor system manufacturer. Hole shall be brushed with adhesive system manufacturer-approved brush and blown clean with clean , dry , oil-free compressed air to remove all dust and loose particles. Hole shall be dry as defined by adhesive system manufacturer. 4. Before injecting adhesive , obtain ENGINEER's concurrence that hole is dry and free of oil and other contaminants . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-18 ANCHOR SYSTEMS 5. Prior to injecting adhesive into the drilled hole, dispense, to a location appropriate for such waste , an initial amount of adhesive from the mixing nozzle, until adhesive is uniform color. 6. Inject adhesive into hole through injection system-mixing nozzle and necessary extension tubes, placed to bottom of hole . Discharge end shall be withdrawn as adhesive is placed but kept immersed to prevent formation of air pockets . Fill hole to depth that ensures that excess material is expelled from hole during anchor placement. 7. Twist anchors during insertion into partially-filled hole to guarantee full wetting of rod surface with adhesive. Insert rod slowly to avoid developing air pockets. 8 . Provide adequate curing in accordance to adhesive system manufacturer's requirements prior to continuing with adjoining Work that could place load on installed adhesive anchors . Do not begin adjoining Work until adhesive anchors are successfully tested or when allowed by ENGINEER. 9. Limitations : a. Installation Temperature: Comply with manufacturer's instructions for installation temperature requirements. Provide temporary protection and other measures, such as heated enclosures, necessary to ensure that base material temperature complies with anchor systems manufacturer's requirements during installation and curing of adhesive anchor system . b. Oversized Holes: Advise ENGINEER immediately if size of drilled hole is larger than recommended by anchor system manufacturer. Cost of corrective measures , including but not limited to redesign of anchors due to decreased anchor capacities , shall be paid by CONTRACTOR. c. Embedment depths shall be based on installation in normal-weight concrete with compressive strength of 2 ,500 psi when embedded in existing concrete, and 4 ,000 psi when embedded in new concrete. D. Expansion Anchors: 1. Comply with expansion anchor manufacturer's written installation instructions and the following : 2. Drill holes using anchor system manufacturer's recommended drill bit diameter and to the specified depth . Drill holes in hammering and rotation mode with carbide-tipped drill bits complying with tolerances of ANSI B212 .15 . Core drilled holes are unacceptable. 3. Before installing anchor, hole shall be made free of dust and debris by method recommended by anchor system manufacturer. Hole shall be brushed with anchor CONFORM E D, 12/0 1/2022 FWW VILLAGE CRE EK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-19 ANCHOR SYSTEMS system manufacturer-approved brush and blown clean with clean, dry, oil-free compressed air to remove all dust and loose particles . 4 . Before installing anchor, obtain ENGINEER's concurrence that hole is dry and free of oil and other contaminants . 5. Protect threads from damage during anchor installation . Drive anchors not less than four threads below surface of the attachment. Set anchors to anchor manufacturer's recommended torque using a torque wrench. E. Concrete Undercut Anchors : 1. Comply with undercut anchor manufacturer's written installation instructions and the following. 2. Protect threads from damage during anchor installation . 3. Drill hole to anchor manufacturer's specified depth and diameter using a drill bit matched to the specific anchor. 4 . Before setting the undercut anchor, hole shall be free of dust and debris using method recommended by undercut anchor system manufacturer. Hole shall be blown clean with clean, dry, oil-free compressed air to remove all dust and loose particles . 5. Insert the anchor by hand until anchor reaches bottom of hole . 6. Set anchor in accordance with manufacturer's instructions using anchor manufacturer's specified setting tool. 7 . Verify that the setting mark is visible on the threaded rod above the sleeve . 8. Anchor shall be set to manufacturer's recommended torque, using a torque wrench . F. Concrete Inserts : 1. Comply with concrete insert manufacturer's installation instructions . 2 . Inserts shall be flush with slab bottom surface. 3 . Protect embedded items from damage during concrete placing. Ensure that embedded items are securely fastened to prevent movement during concrete placing, and ensure that embedded items do fill with concrete during concrete placing. 4 . Inserts intended for piping greater than four-inch diameter shall be provided with hooked rods attached to concrete reinforcing. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-20 ANCHOR SYSTEMS G. Anti-Seizing Compound: 1. Provide anti-seizing compound in accordance with anti-seizing compound manufacturer's installation instructions, at locations indicated in Paragraph 2.1.B of this Section. 2. Do not use anti-seizing compound at locations where anchor bolt or adhesive anchor will contact potable water or water that will be treated to become potable. 3.03 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3.04 FIELD QUALITY CONTROL A. Site Tests: 11 1. OWNER Will CONTRACTOR shall employ testing agency to perform field quality tensile testing of production adhesive anchors at the Site, unless otherwise specified. a. Testing shall comply with ASTM E488 . b. Test at least ten percent of all types of adhesive anchors. If one or more adhesive anchors fail the test, CONTRACTOR shall pay cost of testing, or at ENGINEER 's option CONTRACTOR may arrange for testing paid by CONTRACTOR, for all adhesive anchors of same diameter and type installed on the same day as the failed anchor. If anchors installed on the same day as the failed anchor also fail the test, ENGINEER may require retesting of all anchors of the same diameter and type installed in the Work. CONTRACTOR shall be responsible for retesting costs. c. ENGINEER will direct which adhesive anchors are to be tested and indicate test load to be used d. Apply test loads with hydraulic ram . e. Displacement of post-installed anchors shall not exceed D/10 , where D is nominal diameter of anchor being tested. 2. Mechanical Anchors : a . Responsibility : 1) CONTRACTOR shall employ testing agency to perform field quality control tensile testing of mechanical anchors at the Site. 2) CONTRACTOR shall demonstrate competence in installing mechanical anchors by performing field quality control tests . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 05 05 33-21 ANCHOR SYSTEMS b. Perform field quality control tests on test anchors at location directed by ENGINEER. Test anchors shall not be part of the finished Work. c. Test not less than one installation of each type of mechanical anchor used in the Work. 1) Load each test anchor to failure. 2) Testing shall comply with ASTM E488. 3) Apply test loads with hydraulic ram. d . Anchors that fail to reach the specified test load shall be considered as not passing the test and shall be re-tested at no additional cost to OWNER. e. Testing agency shall submit test results to CONTRACTOR and ENGINEER within 24 hours of completion of test. 3. Correct defective Work by removing and replacing or correcting, as directed by ENGINEER. 4 . CONTRACTOR shall pay for all corrections and subsequent testing required to confirm competence in the installation of post-installed mechanical anchors. 5. Testing agency shall submit test results to CONTRACTOR and ENGINEER within 24 hours of completion of test. B . Manufacturer's Services: 1. Provide at the Site services of qualified adhesive manufacturer's representative during initial installation of adhesive anchor systems to train CONTRACTOR's personnel in proper installation procedures. Manufacturer's representative shall observe to confirm that installer demonstrates proper installation procedures for adhesive anchors and adhesive material. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 05 33-22 ANCHOR SYSTEMS PART 1 -GENERAL 1.01 DESCRIPTION A. Scope: SECTION 05 12 00 STRUCTURAL STEEL FRAMING 1. CONTRACTOR shall provide labor, materials, equipment, and incidentals as shown, specified, and required to furnish and install structural steel framing, including surface preparation and shop priming. 2. Structural steel framing is the Work defined in AISC 303, Section 2, and as shown or indicated in the Contract Documents . The Work also includes : a. Providing openings in and attachments to structural steel framing to accommodate the Work under this and other Sections, and providing for structural steel framing items such as anchorage devices , studs, and all items required for which provision is not specifically included under other Sections . B. Coordination : 1. Review installation procedures under this and other Sections and coordinate installation of items to be installed with or before structural steel framing Work. C. Related Sections: 1. Section 03 60 00, Grouting. 2. Section 05 05 33 , Anchor Systems . 3. Section 09 91 00, Painting . 1.02 REFERENCES A. Standards referenced in this Section are: 1. AISC 303, Code of Standard Practice for Steel Buildings and Bridges. 2. AISC 325 , Steel Construction Manual. 3. AISC 360 , Specification for Structural Steel Buildings. 4. ASME B46 .1, Surface Texture (Surface Roughness, Waviness and Lay). CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF, DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 05 12 00-1 STRUCTURAL STEEL FRAMING 5. ASTM A6/A6M, Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling . 6. ASTM A36/A36M, Specification for Carbon Structural Steel. 7. ASTM A53/A53M, Specification for Pipe , Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 8. ASTM A 108, Specification for Steel Bar, Carbon and Alloy , Cold-Finished . 9. ASTM A194/A194M, Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service, or Both. 10 . ASTM A325, Specification for Structural Bolts, Steel , Heat-Treated , 120/105 ksi Minimum Tensile Strength. 11 . ASTM A490, Specification for Structural Bolts , Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 12. ASTM A500/A500M, Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes . 13 . ASTM A563 , Specification for Carbon and Alloy Steel Nuts. 14. ASTM A572/A572M, Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 15 . ASTM A992/A992M, Specification for Structural Steel Shapes. 16 . ASTM E329, for Agencies Engaged in Construction Inspection , Special Inspection, or Testing Materials Used in Construction. 17 . ASTM F436, Specification for Hardened Steel Washers . 18 . ASTM F593, Specification for Stainless Steel Bolts, Hex Cap Screws , and Studs. 19. ASTM F959 , Specification for Compressible-Washer-Type Direct Tension Indicators for Use with Structural Fasteners . 20. ASTM F1852, Specification for "Twist off' Type Tension Control Structural Bolt/Nut/Washer Assemblies, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 21. AWS D1.1/D1 .1M, Structural Welding Code-Steel. 22 . CMAA 74, Specifications for Top Running & Under Running Single Girder Electric Traveling Cranes Utilizing Under Running Trolley Hoist. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00-2 STRUCTURAL STEEL FRAMING 23 . ISO 2859-1 , Sampling Procedures for Inspection by Attributes --Part 1: Sampling Schemes Indexed by Acceptance Quality Limit (AQL) for Lot-by- Lot Inspection. 24. ISO 4017, Hexagon Head Screws --Product Grades A and B. 25 . RCSC Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts . 1.03 QUALITY ASSURANCE A. Qualifications: 1. Steel Fabricator: a . Structural steel fabricating plant shall possess current certificate from AISC stating that the fabrication facility complies with requirements for certification of "Certified Building Fabricator (BU)" of AISC 's quality certification program. Fabricating plant shall maintain this certification throughout time of fabrication for this Project. 2. Welders and Welding Processes : a. Qualify welding processes and welding operators in accordance with AWS D1 .1/D1 .1 M , Section 5 , Qualification. b . Each welder employed on or to be employed for the Work shall possess current AWS certification in the welding process with which welder will be working . Certifications shall be current and valid throughout the Work . 3. Surveyor: a . Engage a registered professional land surveyor legally qualified to practice in the same jurisdiction as the Site , and experienced in providing surveying services of the kind indicated. b . Responsibilities include but are not necessarily limited to : 1) Performing or supervising performance of field survey work to check lines and elevations of concrete and masonry bearing surfaces , and locations of anchorage devices and similar devices, before steel erection proceeds . 2) Notifying CONTRACTOR and ENGINEER in writing when surveyed Work does not comply with the Contract Documents . 3) CONFORMED , 12/01 /2022 Submit to CONTRACTOR field survey reports . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00 -3 STRUCTURAL STEEL FRAMING 1.04 SUBMITTALS A. Action Submittals: Submit the following : 1. Shop Drawings : a . Complete details and schedules for fabrication and shop assembly of members and details, schedules , procedures , and diagrams showing proposed sequence of erection . Shop Drawings shall not be reproductions of Contract Drawings. b . Include complete information for fabrication of the structure 's components , including but not limited to location , type , and size of bolts, details of blocks , copes and cuts, connections, camber , holes , member sizes and lengths, and other pertinent data. Clearly indicate welds using standard AWS notations and symbols , and clearly show or indicate size, length, and type of each weld . c . Setting drawings , templates , and directions for installing anchorage devices . d. Calculations sealed by a Professional Engineer licensed in the state of Texas for all connections not specifically detai led on the Contract Drawings . 2 . Product Data : a. Manufacturer's specifications and installation instructions for products listed below . 1) High-strength bolts of each type , including nuts and washers . 2) Welding electrodes and rods. 3) Load indicator bolts and washers. B . Informational Submittals: Submit the following: 1. Certificates . a . Fabricator's AISC quality certification. b . Welders ' certifications . c . Certified reports of laboratory tests on previously-manufactured , identical materials , and other data as necessary, to demonstrate compliance with the Contract Documents for the materials listed below : CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00-4 STRUCTURAL STEEL FRAMING 1) Structural steel of each type, including certified mill reports indicating chemical and physical properties. 2) High-strength bolts of each type, including nuts and washers . 2. Supplier Instructions: a. Installation data, handling, and storage instructions. 3 . Source Quality Control Submittals : a . When performed or when required by ENGINEER, submit results of source quality control testing and inspections performed at the mill or shop. 4 . Field Quality Control Submittals : a. Written field survey reports for all bearing surfaces surveyed, verifying tolerance requirements, areas out of tolerance, and corrective measures required. 5. Qualifications Statements . a . Land surveyor. b . Testing laboratory. 1.05 DELIVERY, STORAGE AND HANDLING A. Storage: 1. Protect steel members and packaged materials from corrosion and deterioration. 2 . Do not store materials in or on the building or structure in manner that may cause distortion or damage to structural steel members, building , or supporting structures . PART 2 -PRODUCTS 2.01 MATERIALS A. Steel Types: 1. W-Shapes and WT-Shapes : ASTM A992/A992M. 2 . S-shapes and Channels: ASTM A572/A572M, Grade 50. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 05 12 00-5 STRUCTURAL STEEL FRAMING 3. Hollow Structural Sections: ASTM A500/A500M , Grade B 4. Angles , Plates , and Bars : ASTM A36/A36M . 5 . Steel Pipe : ASTM A53/A53M , Grade B . B. Anchorages , Fasteners , and Connectors : 1. Anchorage Devices: Refer to Section 05 05 33 , Anchor Systems . 2. Headed Stud Type Shear Connectors : ASTM A 108, Grades 1010/1020 , complying with AWS D1.1/D1 .1M , Section 7. 3. High-Strength Threaded Fasteners: Heavy hexagonal structural bolts, heavy hexagon nuts , and hardened washers , as follows : a. Unless otherwise indicated, fasteners shall be quenched and tempered medium-carbon steel bolts, nuts and washers , complying with ASTM A325, Type I, nuts complying with ASTM A563C , A563DH or A194/A194M 2H, and hardened washers complying with ASTM F436. Bolts , nuts and washers shall be hot-dip galvanized where shown or indicated . b. Use quenched and tempered alloy steel bolts, nuts and washers , complying with ASTM A490 , only at locations where shown or indicated in the Contract Documents. ASTM A490 bolts shall not be galvanized . c . Tension control bolts , when used, shall comply with ASTM F1852. d . Compressible washer-type direct-tension indicators , when used, shall comply with ASTM F959 , Type 325 . 4 . Threaded Rod : Provide threaded rods with heavy hexagon nuts , and hardened washers , as follows: a . Interior and Dry Locations : Provide threaded carbon steel rods complying with ASTM A36, with heavy hex nuts complying with ASTM A563A, unless otherwise shown or indicated on the Drawings . b . Exterior, Buried , or Submerged Locations , or When Exposed to Wastewater: Provide stainless steel threaded rods complete with washers complying with ASTM F593 , AISI Type 316 , Condition A, with ASTM A194/A194M , Grade 8S (nitronic 60) stainless steel nuts. Other AISI types may be used when approved by ENGINEER. C. Electrodes for Welding : E70XX complying with AWS D1 .1/01 .1 M. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00-6 STRUCTURAL STEEL FRAMING 2.02 FABRICATION A. Shop Fabrication and Assembly: 1. General: a . Fabricate and assemble structural assemblies in the shop to greatest extent possible . Fabricate items of structural steel in accordance with AISC 325 , the Contract Documents, and as shown on approved Shop Drawings . Provide camber in structural members as shown or indicated . b. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence that will expedite erection and minimize handling of materials for storage and minimize handling at the Site. c . Where finishing is required, complete the assembly, including we lding of units , before commencing finishing operations . Provide finish surfaces of members exposed-to-view in the completed Work that are free of markings , burrs , and other defects . B. Connections : 1. Shop Connections : a . Unless otherwise shown or indicated , shop connections may be welded o r high-strength bolted connections. Welds shall be 3/16-inch minimum . b . Where reaction values of beam are not shown or indicated , connections shall be detailed to support one-half the total uniform load capacity tabulated in tables contained in AISC 325 for allowable loads on beams for the associated shape , span, and steel specified for the beam . c . Shop-welded connections shall be detailed to eliminate or minimize eccentricity in the connection. d . End-connection angles fastened to webs of beams and girders, and the thickness of angles, size, and extent of fasteners or shop welds , shall comply with tables of "Framed Beam Connections" in AISC 325 . Connect ions shall be two-sided , unless otherwise shown or indicated. 2. Field Connections: a . Field connections , unless otherwise shown or indicated , shall be made with high-strength bolts , and shall be bearing-type connections. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00 -7 STRUCTURAL STEEL FRAM ING b. Use field welding only where shown or indicated or where approved by ENGINEER. 3. High-Strength Bolted Construction : a. Provide high-strength threaded fasteners in accordance with RCSC Specifications for Structural Joints using ASTM A325 or ASTM A490 Bolts. b. High-strength bolt design shear values shall be as specified in AISC 325 for bolts with threads in the shear plane for bearing type connections , or as specified in this Section for slip-critical connections . c . Bolted connect ions shown or indicated as "SC " shall comply with sl ip- critical connect ion requirements in RCSC Specifications for Structural Joints Using ASTM A325 or ASTM A490 Bolts. 1) Faying surfaces shall have a Class A surface condition. 2) Slip-critical bolts shall be fully pre-tensioned to 70 percent of minimum specified tensile strength of the bolt using one of the following methods : a) Turn of nut w ith matchmarking . b) Twist-off tension control bolt (ASTM F1852). c) Direct tension indicator washer (ASTM F959). d . Minimum bolt diameter shall be 3/4-inch , unless otherwise shown or indicated . 4 . Welded Construction : Comply with AWS 01 .1/01 .1 M for procedures , appearance , and quality of welds , and methods used in correcting defective welding Work . a . Assemble and weld built-up sections by methods that produce true alignment of axes without warp. 5. Where rigid connections are required by stresses shown or indicated , provide web shear reinforcement and stiffeners in accordance with AISC 360 . 6. Moment connections shown but not detailed on the Drawings shall be detailed for bending moments and shears indicated on the Drawings . C. Bracing: CONFORMED , 12/01/2022 FWW VILLAGE CRE EK WRF , DIG EST ER MIXING , FLAR E, DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00-8 ST RUCT URAL ST EEL FRAMING 1. Bracing for which stress is not shown or indicated shall have minimum two- bolt connection, or shop-welded connection of equivalent strength. 2 . Vertical bracing and knee braces connecting to columns shall be on the centerline of columns, unless otherwise shown or indicated . 3 . Knee braces shall be at 45-degree angle, unless otherwise shown or indicated . 4 . Gussets shall be not less than 3/8-inch thick, unless otherwise shown or indicated . D. Columns : Column shafts shall have finished bearing surface roughness not greater than 500 micro-inch in accordance with ASME B46.1, and ends shall be square within tolerances for milled ends in accordance with ASTM A6/A6M at the base and at splice lines. E. Structural Tubing : Properly seal structural tubing to protect internal surfaces . F. Holes and Appurtenances for Other Work : 1. Provide holes required for securing other work to structural steel framing , and for passage of other work through steel framing members, as shown on the approved Shop Drawings. If large block-outs are required and approved , reinforce the webs to develop specified shears . Provide threaded nuts welded to framing and other specialty items as shown or indicated to receive other work . 2. Cut , drill , or punch holes perpendicular to metal surfaces. Do not flame-cut holes or enlarge holes by burning . Drill holes in bearing plates. 2.03 FINISHING A. Surface Preparation and Shop Priming: 1. Pump station structural steel for installation below EL460 .20 and for installation in the chemical injection vaults shall be hot-dip galvanized. 2 . Pump station structural steel for installation above EL460 .20 shall be primed in the shop . For surface preparation and shop priming requirements refer to Section 09 91 00 , Painting . 2.04 SOURCE QUALITY CONTROL A. Inspection and Testing at the Mill or Shop: 1. Perform fabricator's standard procedures for source quality control, including inspections and testing. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 05 12 00-9 STRUCT URAL STEEL FRAMING 2. Materials and fabrication procedures shall be subject to inspection and tests in mill and shop , conducted by a qualified inspection laboratory. Such inspections and tests do not relieve CONTRACTOR of responsibility for providing the Work in accordance with the Contract Documents. PART 3 -EXECUTION 3.01 INSPECTION A Examine areas and conditions under which the Work will be performed and notify ENGINEER in writing of conditions detrimental to proper and timely completion of the Work . Do not proceed with the Work until unsatisfactory conditions are corrected. 3.02 ERECTION A General: Comply with AISC 303, AISC 360, and the Contract Documents . B. Checking of Lines and Elevations : Before proceeding with structural steel erection, furnish services of a qualified surveyor to check lines and elevations of concrete and masonry bearing surfaces , and locations of anchorage devices and similar devices . Immediately report discrepancies to ENGINEER. Do not proceed with erection until defective Work that will support structural steel is corrected , including agreeing with ENGINEER upon compensating adjustments (if any) to structural steel Work. C . Temporary Shoring and Bracing: Provide temporary shoring and bracing members w ith connections of sufficient strength to bear imposed loads. Remove temporary members and connections when permanent members are in place and final connections are made . Provide temporary guy-lines to achieve proper alignment of structures as erection proceeds. D. Temporary Planking : Provide temporary planking and working platforms as necessary to effectively complete the Work. Provide sufficient planking to comply with Laws and Regulations , and provide tightly-planked substantial floor within two stories or 30 feet , whichever is less , below each tier of steel beams on which work is performed. E. Anchorage Devices: 1. Provide anchorage devices , including anchor bolts , and other connectors required for securing structural steel to foundations and other in-place construction . 2 . Provide templates and other devices necessary for presetting anchorage devices to accurate locations . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00 -1 0 ST RUCTURAL STEEL FRAMING 3. Refer to Section 05 05 33, Anchor Systems, for anchorage requirements. F. Setting Bases and Bearing Plates: 1. Clean concrete and masonry bearing surfaces of bond-reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates . 2 . Set loose and attached base plates and bearing plates for structural members on steel wedges or other adjusting devices. 3. Tighten anchorage devices after supported members are positioned and plumbed . Do not remove wedges or shims , but if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. 4 . Place grout between bearing surfaces and bases or plates in accordance with Section 03 60 00 , Grouting . Finish exposed surfaces , protect installed materials , and allow to cure in accordance with grout manufacturer's instructions, and as otherwise required . 5. Do not use leveling plates or wood wedges. G. Field Assembly : 1. Set structural frames accurately to the lines and elevations shown and indicated. Align and adjust the various members forming part of a complete frame or structure before permanently fasten ing . Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact. Perform necessary adjustments to compensate for discrepancies in elevations and alignment. 2. Level and plumb individual members of structure within tolerances as specified in AISC 325. For members requiring accurate alignment, provide clip angles, lintels , and other members , with slotted holes for horizontal adjustment at least 3/8-inch in each direction, or more when required. 3 . Splice members only where shown or indicated. H. Erection Bolts : On exposed -to-view , welded construction , remove erection bolts , fill holes with plug welds, and grind smooth at exposed surfaces. I. Connections: 1. Comply with AISC 325 for bearing, adequacy of temporary connections , alignment , and the removal of paint on surfaces adjacent to field welds. CONFORMED , 12/0 1/2022 FI/-./W V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00-11 STRUCTURAL STEEL FRAMING 2. Do not enlarge inadequate holes in members by burning or by using drift pins, except in secondary bracing members . Ream holes that must be enlarged to admit bolts . J . Gas Cutting : Do not use gas-cutting torches for correcting fabrication defects in structural framing. Cutting will be allowed only on secondary members that are not under stress, as approved by ENGINEER. Finish gas-cut sections equal to a sheared appearance, when allowed . K. Crane Runways: 1. Provide crane stops and other required items . Set runway girders straight and level, and to tolerances specified in CMAA 74 . L. Touch-up Painting : 1. Unless otherwise specified , comply with touch-up painting requirements in Section 09 91 00 , Painting . 2 . Immediately after erection, clean field welds , bolted connections, and damaged or abraded areas of shop-applied paint. Apply paint to exposed areas with the same paint or coating material applied in the shop . Apply by brush or spray to provide not less than the dry film thickness specified in Section 09 91 00 , Painting . 3.03 FIELD QUALITY CONTROL ffi A. Site Tests and Inspections: Materials and erection procedures shall be subject to inspection and tests at the Site conducted by qualified inspection laboratory. Such inspections and tests do not relieve CONTRACTOR of responsibility for providing the Work in accordance with the Contract Documents . 1. OWNER will CONTRACTOR shall engage independent testing and inspection laboratory to inspect high-strength bolted connections and welded connections and to perform tests and prepare test reports. a . Testing laboratory shall conduct and interpret tests, prepare and state in each report of results whether test specimens comply with the Contract Documents and specifically indicate all deviations. b. High-strength Bolted Connect ions : Each high-strength bolted connection shall be visually inspected. Inspection shall identify whether the Work complies with Sections 2, 3, and 8 of RCSC Specifications for Structural Joints Using ASTM A325 or A490 Bolts. 1) For connections that are slip-critical or subject to axial tension , inspector shall verify proper pre-tensioning . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12 /01 /2022 05 12 00-12 STRUCTURAL STEEL FRAMING 2) For connections that are not slip critical and not subject to direct tension, bolt does not need to be inspected for bolt tension, but shall be visually inspected to verify that plies of connected elements are in snug contact. 3) Where bolts or connections are defective, correct defective workmanship, remove and replace, or correct as required defective bolts and connections. CONTRACTOR shall pay for correcting defective Work and tests required to confirm integrity of corrected Work. c. Welds: Each weld shall be visually inspected. 1) Where visually defective welds are evident, further test welds using non-destructive methods . If welds are determined to be acceptable, When welds are defective , CONTRACTOR shall pay for all testing. 2) Correct , or remove and replace, defective Work as directed by ENGINEER. 3) CONTRACTOR shall pay for corrections and subsequent tests required to determine weld compliance with the Contract Documents . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00-13 STRUCTURAL STEEL FRAMING CONFORMED , 12/0 1/2022 THIS PAGE INTENTIONALLY LEFT BLANK FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 12 00-14 STRUCTURAL STEEL FRAMING SECTION 05 50 13 MISCELLANEOUS METAL FABRICATIONS PART 1 -PART 1 -GENERAL 1.01 1.01 DESCRIPTION A. Scope : 1. CONTRACTOR shall provide all labor, materials, equipment, and incidentals as shown, specified, and required to furnish miscellaneous metal fabrications including surface preparation and shop priming. 2 . The Work also includes : a . Providing openings in miscellaneous metal fabrications to accommodate the Work under this and other Sections, and attaching to miscellaneous metal fabrications all items such as sleeves , bands , studs , fasteners , and all items required for which provision is not specifically included under other Sections . 3. The types of miscellaneous metal items include, but are not limited to the following: a. Ladders . b . Bollards . c. Miscellaneous framing and supports. d . Miscellaneous accessories and fasteners. e . Seat Angles , supports and brackets. f. Access hatches. g . Sta irs. B . Coordination: 1. Rev iew installation procedures under this and other Sections and coordinate the Work to be installed w ith, or attached to miscellaneous metal fabrications Work . 2 . Hot-dip Galvanizing : Coordinate with steel fabricator detailing for and fabrication of assemblies to be hot-dip galvanized, to minimize distortion during galvanizing process. C. Related Sections : CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS CI TY PROJECT NO . 102652 05 50 13-1 MISCELLANEOUS METAL FABRICAT IONS 1. Section 03 60 00, Grouting. 2 . Section 05 05 33, Anchor Systems. 3. Section 05 52 15, Aluminum Handrails and Railings . 4. Section 05 53 16 , Aluminum Grating. 5 . Section 09 91 00, Painting, 1.02 REFERENCES A. Standards referenced in this Section are: 1. ANSI A14 .3, Ladders -Fixed -Safety Requirements . 2 . ANSI Z359.1, Safety Requirements for Personal Fall Arrest Systems, Subsystems, and Components . 3. ASTM A36/A36M , Specification for Carbon Structural Steel. 4 . ASTM A53/A53M , Specification for Pipe Steel , Black and Hot-Dipped , Zinc- Coated, Welded and Seamless. 5. ASTM A123/A123M, Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products . 6. ASTM A 153/A 153M, Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware . 7 . ASTM A240/A240M , Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels and for General Applications. 8 . ASTM A320/A320M , Specification for Alloy-Steel and Stainless Steel Bolting Materials for Low-Temperature Service. 9 . ASTM A384/A384M-02 Standard Practice for Safeguarding Against Warpage and Distortion During Hot-Dip Galvanizing of Steel Assemblies. 10 . ASTM A500 , Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes . 11. ASTM A572/A572M, Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 12 . ASTM A 793, Specification for Rolled Floor Plate, Stainless Steel. 13 . ASTM A992/A992M, Specification for Structural Steel Shapes . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13-2 MISCELLANEOUS METAL FABRICATIONS 14 . ASTM 8209, Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 15. ASTM 8211, Specification for Aluminum and Aluminum-Alloy Bar, Rod and Wire. 16. ASTM 8221, Specification for Aluminum and Aluminum-Alloy Extruded Bars , Rods , Wire , Profiles, and Tubes. 17 . ASTM 8308/8308M , Specification for Aluminum-Alloy 6061-T6 Standard Structural Profiles . 18 . ASTM 8429 , Spec ification for Aluminum-Alloy Extruded Structural Pipe and Tube. 19 . ASTM 8632/8632M, Specification for Aluminum-Alloy Rolled Tread Plate . 20. AWS D1 .1/01 .1 M , Structural Welding Code -Steel. 21 . AWS D1 .2/D1 .2M , Structural Weld ing Code -Aluminum . 22 . AWS D1 .6, Structural Welding Code -Sta inless Steel. 23. NAAMM , Metal Finishes Manual. 1.03 QUALITY ASSURANCE A. Qualifications : 1. Welding : a. Qual ify welding processes and welding operators in accordance with AWS D1 .1/D1 .1 M, D1 .2/D1 .2M , or D1 .6 , as applicable. b. When requested by ENGINEER , provide certification that each welder employed on or to be employed for the Work have satisfactorily passed AWS qualification tests with in previous 12 months . Ensure that all certifications are current. 8 . Regulatory Requirements : Conform to the following : 1. 29 CFR 1910 , Occupational Health and Safety Standards. 1.04 SUBMITTAL$ A. Action Submittals : Submit the following : 1. Shop Drawings: a . Fabrication and erection details for assemblies of miscellaneous metal Work . Include plans , elevations, and details of sections and connections . Show CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13 -3 MISCELLANEOUS METAL FABRICATIONS anchorage and accessory items . Include setting drawings and templates for locating and installing miscellaneous metal items and anchorage devices. 2 . Product Data : a. Copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions for products to be used in miscellaneous metal Work . 3 . Samples: a. Sets of representative Samples of materials including nosings, rungs, and other finished products as requested by ENGINEER. ENGINEER's review will be for color, texture, style , and finish only . Compliance with other requirements is exclusive responsibility of CONTRACTOR. B. Informational Submittals: Submit the following: 1. Test and Evaluation Reports: a. Mill test report that ind icate chemical and physical properties of each type of material , when requested by ENGINEER. 2 . Qualifications Statements : a. Copies of welder's certifications, when requested by ENGINEER. 1.05 DELIVERY, STORAGE, AND HANDLING A. Packing , Shipping , Handling and Unloading : 1. Deliver products to Site to ensure uninterrupted progress of the Work . Deliver anchorage materials to be embedded in other construction in ample time to prevent delaying the Work. PART 2 -PRODUCTS 2.01 MATERIALS A. Steel: 1. W-Shapes and WT-Shapes: ASTM A992/A992M. 2 . S-Shapes and Channels: ASTM A572/A572M, Grade 50. 3. Hollow Structural Sections : ASTM A500, Grade B . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13-4 MISCELLANEOUS METAL FABRICATIONS 4 . Angles, Plates, Bars: ASTM A36/A36M. 5. Steel Pipe: ASTM A53/A53M , Grade B. B. Aluminum : 1. Aluminum Shapes : ASTM B308/B308M , Alloy 6061-T6, ASTM B 221 , Alloy 6061- T6 . 2. Aluminum Tubes and Pipes: ASTM B429 , Alloy 6061-T6. 3 . Aluminum Bars and Rod : ASTM B211, Alloy 6061-T6. 4 . Aluminum Plates : ASTM B209, Alloy 6061-T6 . C. Stainless Steel : 1. Plates and Sheets : ASTM A240/A240M , Type 304L or Type 316 stainless steel. 2 . Submerged or Intermittently Submerged: Type 316 stainless steel. 3 . Non-submerged : Type 304L stainless steel. D . Stainless Steel Fasteners and Fittings: ASTM A 320/A 320M , Type 304L or Type 316 Stainless Steel. E. Zinc-coated Hardware: ASTM A153/A153M . 2.02 MISCELLANEOUS METAL ITEMS A. Shop Assembly : 1. Pre-assemble items in the shop to the greatest extent possible to minimize field- splicing and field-assembly of units at the Site. Disassemble un its only to extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coord inated installation . B . Aluminum Ladders : 1. Fabricate ladders for locations shown or ind icated with dimensions , spacing , details , and anchorages as shown and specified . Comply with OSHA 29 CFR 1910 and ANSI A14 .3 , except as otherwise shown or specified . a. Unless otherwise shown, provide 1.5-inch diameter continuous side rails , spaced at least 1.5 feet apart . CONFORMED , 12/01 /202 2 FWW VILLAGE CREEK WRF , D IGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13-5 MISCELLANEOUS METAL FABRICAT IONS b . Provide extruded square rungs, spaced maximum of 12 inches on centers, with non-slip surface on top of each rung. Adhesive strips for non-slip surfaces are not acceptable . 2 . Fit rungs in centerline of side rails , plug weld, and grind smooth on outer rail faces . 3 . Support each ladder at top and bottom and at intermediate points spaced not more than five feet on centers . 4 . Use welded or bolted brackets, designed for adequate support and anchorage, and to hold ladder clear of wall surface with minimum of seven inches between wall and centerline of rungs . 5. Unless otherwise shown or approved by ENGINEER, extend rails 3.5 feet above top rung , and return rails to wall or structure, unless other secure handholds are provided . If adjacent structure does not extend above top rung , goose-neck extended rails back to structure to prov ide secure ladder access. 6 . Use extruded aluminum conforming to alloy and temper 6061-T6. C . Steel Lintels: 1. Provide loose structural steel lintels for openings and recesses in masonry walls and brick walls as specified or as shown . 2 . Weld adjoining members together to form a single unit , where shown or indicated. 3. Provide not less than eight inches bearing at each side of openings , unless otherwise shown . 4 . Steel lintels to be installed in exterior walls shall be hot-dip galvanized and fin ish painted . Other steel lintels shall be painted . 5 . Surface preparation and painting shall conform to Section 09 91 00, Painting. D . Shelf Angles : 1. Provide structural steel shelf angles of sizes shown , for attachment to concrete or masonry construction. Provide slotted holes to receive 3/4-inch bolts , spaced not more than six inches from ends and not more than 2.0 feet on centers , unless otherwise shown. a . Provide galvanized shelf angles on outdoor construction . 2 . Provide wedge-type concrete inserts, complete with fasteners , for attachment of shelf angles to cast-in-place concrete . E. Aluminum Stair Nosings : CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF, DIGESTER M IXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 05 50 13-6 MISCELLANEOUS METAL FABRICATIONS 1. Manufacturers: Provide products of one of the following : a. Supergrit Type 241 BF by Wooster Products, Inc. b. Or equal. 2 . Fabricate extruded aluminum nosing of sizes and configurations as shown on the Drawings. a. Unless otherwise shown , provide ribbed abrasive filled type, using black abras ive filler. 3. Provide anchors for embedding in concrete, either integral or applied to treads, as standard with manufacturer. F. Wheel Guards : 1. Manufacturers : Provide products of one of the following : a . R-4986-DG, by Neenah Foundry Company . b. Or equal. 2. Provide bolted-type wheel guards, 3/4-inch thick minimum, of hollow core gray iron casting, and of size and shape as shown. 3. Provide holes for countersunk anchorage devices and grouting. 4. Anchor wheel guards to concrete or masonry construction in compliance with manufacturer's instructions . 5 . Fill cores solidly, using grout as specified in Section 03 60 00, Grouting. 6 . Armored-concrete type wheel guards are not acceptable . G . Fall Prevention System : 1. All ladders greater than 12-feet-0-inches in height shall be provided with a fall prevention system complying with 29 CFR 1910 , ANSI A14 .3, and ANSI 2359.1 . 2. System shall consist of a carrier rail securely and permanently attached to ladder, over which travels a sleeve to which harness belt can be attached. 3. Products and Manufacturers : a. Lad-Saf System by DBI Fall Protection System. b. Or equal. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13-7 MISCELLANEOUS METAL FABRICATIONS 4. Rail: a. Notched at six-inch intervals and constructed of galvanized steel. b . Provide ladder attachments/rail mounting brackets of same material as rail, and as required by Supplier. c . For all ladders , include provisions to secure safety sleeve to carrier rail at top of vertical ladder so that sleeve will not slide down rail when safety belt is unsnapped. d. Ladders Below Hatches: Rail for ladder shall extend from bottom of ladder to top of ladder. Provide telescoping safety post as specified in this Article. e. Ladders Not Below Hatches : Rail for ladder shall extend from bottom of ladder to above horizontal landing or roof at top of ladder, Provide removable extension section at top of ladder. Arrange rail to allow climber to land on landing or roof without unsnapping climber's safety harness H. Accessories : 1. Provide with each ladder the following , all furnished by fall prevention system Supplier: a. One safety sleeve compatible for use with the rail. Sleeve shall be cast bronze with five zinc-plated steel roller bearings. Sleeve shall travel smoothly on straight or curved rail. b . One safety harness that attaches to sleeve. Harness shall be of woven, high-strength nylon, with padded straps and forged steel buckles and rings. Harness shall distribute impact forces of a fall over climber's thighs, buttocks, chest, and shoulders . c. One shock-adsorbing Y-lanyard no longer than six feet, complying with ANSI 2359 .1. Lanyard shall be 5/8-inch diameter nylon rope with double-locking snap hooks at each end. I. Safety Post: 1. Provide safety post for each fixed access ladder located below an access hatch . Safety post shall be manufactured of h igh-strength structural material with telescoping tubular section that locks automatically when fully extended. 2. Products and Manufacturers: Provide products of one of the following : a . LadderUP Safety Post by Bilco Company b . Or equal. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13-8 MISCELLANEOUS METAL FABRICATIONS 3. Use upward and downward movement of post shall be controlled by stainless steel spring balancing mechanism. 4. Safety post shall be Type 304 stainless steel. J . Access Hatch Covers, Frames, and Appurtenances : 1. Furnish and install access hatches consisting of hatch covers, frames , gaskets, and appurtenances, as shown on the Drawings . Access hatches shall be watertight. 2. Hatches shall be aluminum material. Hardware and anchorages shall be Type 316 stainless steel. 3. Design live load: 300 psf. Provide H20 rated hatches where indicated on drawings. 4. Provide lockable hasps at all hatches. OWNER shall provide the lock. 5. Cover: Not less than 1/4-inch thick, aluminum diamond-pattern plate cover. Provide flush drop-handle for lifting the cover. 6. Frame: Extruded aluminum channel frame with manufacturer's standard anchor tabs or continuous anchor flange around perimeter for anchorage to concrete . 7. Drain Coupling: 1.5-inch diameter NPT threaded drain coupling welded under the channel frame for connection of a drain pipe . 8 . Gasket: EPDM gasket mechanically attached to the channel frame. 9. Hinges: Type 316 stainless steel, heavy-duty butt hinges with Type 316 stainless steel pin fastened to door with Type 316 stainless steel tamper-resistant bolts. 10. Latch : Type 316 stainless steel, watertight, slam-type latch with inside lever handle and outside removable exterior turn/lift handle fastened to leaf (door) with tamper- resistant Type 316 stainless steel bolts. Latch release shall be protected by a flush, gasketed, removable screw plug. 11 . Lift Assistance: Open-style stainless steel compression springs with Type 316 stainless steel guide tubes. Automatic Type 316 stainless steel hold-open arm with grip handle release . 12. Fall-Through Prevention System: Provide access hatch cover manufacturer's standard safety grating of FRP or aluminum, constructed for live load capacity of not less than 300 psf. Provide hinges and lift-assist to allow grating sections to automatically lock in place in full-open 90-degree position . Provide hold-open arm and release assembly of aluminum or Type 316 stainless steel. Grating shall be colored OSHA "Safety Yellow" or "Safety Orange". CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13-9 MISCELLANEOUS METAL FABRICATIONS 13. CONTRACTOR shall coordinate concrete embed and blockout requirements of the hatch prior to construction. 14. Manufacturer: a . Sileo . b. Halliday . K. Bollards: 1. Provide Schedule 80 galvanized steel pipe filled with concrete as shown on the Drawings. Paint as required in accordance with Section 09 91 00 , Painting. Unless otherwise shown or specified, finish-paint bollard "Safety Yellow." L. Miscellaneous Framing and Supports: 1. Provide miscellaneous metal framing and supports that are not part of structural steel framework and are required to complete the Work. 2 . Fabricate miscellaneous units to sizes , shapes , and profiles shown on the Drawings or, if not shown , of required dimensions to receive adjacent grating, plates, tanks , doors, and other work to be retained by the framing . 3 . Except as otherwise shown, fabricate from structural shapes, plates, and bars , of all-welded construction using mitered corners, welded brackets, and splice plates and minimum number of joints for field connection. 4 . Cut, drill, and tap units to receive hardware and similar items to be anchored to the Work. 5. Furnish units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units are to be installed after concrete is placed . a . Except as otherwise shown, space anchors, 2.0 feet on centers, and provide units the equivalent of 1.25-inch by 1 /4-inch by eight-inch strips . b. Galvanize exterior miscellaneous frames and supports. c . Where shown or indicated , galvanize miscellaneous frames and supports that are not to be installed outdoors. 6. Miscellaneous steel framing and supports shall be hot-dip galvanized and finish- painted, unless otherwise shown or indicated. 7. For railings, refer to Section 05 52 15, Aluminum Handrails and Railing. 8. For grating requirements refer to Section 05 53 16, Aluminum Grating. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13-10 MISCELLANEOUS METAL FABRICATIONS 9 . Surface preparation and painting of galvanized surface shall conform to Section 09 91 00, Painting M. Fasteners and Hardware : Provide Type 316 stainless steel fasteners for aluminum fabrications and zinc-coated hardware for galvanized fabrications, unless otherwise shown or specified. N . Anchors and Expansion Anchors : Refer to Section 05 05 33, Anchor Systems. 2.03 FINISHING A. Surface Preparation and Shop Priming: Perform surface preparation and apply primer coat to miscellaneous metal fabrications in the shop. Conform to surface preparation and shop priming requirements in Section 09 91 00, Painting. B . Galvanizing: 1. Galvanizing of fabricated steel items shall comply with ASTM A 123/A 123M. 2 . Details of fabrication of steel items and assemblies to be hot-dip galvanized shall conform to recommendations of ASTM A384/A384M to minimize the potential for distortion. C. Aluminum Finish : Provide natural mill finish for aluminum Work unless otherwise shown or specified . 2.04 SOURCE QUALITY CONTROL A. Tests and Inspections: 1. Materials and fabrication procedures shall be subject to inspection and tests in the mill, shop, and field, conducted by a qualified inspection agency. Such inspections and tests will not relieve CONTRACTOR of responsibility for providing materials and fabrication procedures complying with the Contract Documents . PART 3-EXECUTION 3.01 EXAMINATION A . Examine conditions under which the Work is to be performed and notify ENGINEER in writing of conditions detrimental to the proper and timely completion of the Work. Do not proceed with the Work until unsatisfactory conditions are corrected. 3.02 INSTALLATION A. Install m iscellaneous metal fabrications accurately in location, alignment, and elevation, plumb, level , true, and free of rack, measured from established lines and levels. Brace CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13-11 MISCELLANEOUS METAL FABRICATIONS temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry, or other construction. B. Anchor securely as shown and as required for the intended use, using concealed anchors where possible . C . Fit exposed connections accurately together to form tight, hairline joints. Field-weld steel connections that are not to be exposed joints and cannot be shop-welded because of shipping size limitations. Comply with AWS 01 .1/01 .1 M, 01 .2/01 .2M and 01 .6, as applicable to the material being welded . Grind steel joints smooth and touch-up shop paint coat. Do not weld, cut , or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication, and are intended for bolted or screwed field connections. D. Protection of Aluminum from Dissimilar Materials : 1. Coat surfaces of aluminum that will contact dissimilar materials such as concrete, masonry, and steel, in accordance with Section 09 91 00, Painting. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 50 13-12 MISCELLANEOUS METAL FABRICATIONS SECTION 05 53 16 ALUMINUM GRATING AND CHECKER PLATE PART 1 -GENERAL 1.01 SUMMARY A. Scope : 1. CONTRACTOR shall provide all labor, materials , equipment and incidentals as shown on the Drawings, specified and required to furnish aluminum grating, frames and checker plate . 2. The types of grating required shall be the following: a . Aluminum swage locked I-bar grating. 3 . The Work also includes: a. Providing openings in grating to accommodate the Work under this and other Sections and attaching to the grating all items such as sleeves , bands , studs, fasteners and all items required for which provision is not specifically included under other Sections . B . Coordination : 1. C. 2 . 3 . 4 . 1.02 1.02 Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the grating or checker plate. Related Sections : Section 03 30 00, Cast-In-Place Concrete. Section 05 50 13 , Miscellaneous Metal Fabrications . Division 09 91 00, Painting . QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following , except as otherwise shown or specified . 1. ASTM B 209, Specification for Aluminum and Aluminum -Alloy Sheet and Plate . 2 . ASTM B 210, Specification for Aluminum and Aluminum-Alloy Drawn Seamless Tubes . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 05 53 16-1 ALUMINUM GRATING AND CHECKER PLATE 3. ASTM B 221, Specification for Aluminum and Aluminum-Alloy Extruded Bars , Rods , Wire, Shapes and Tubes. 4. NAAMM, Metal Finishes Manual, and Metal Bar Grating Manual. 5. Aluminum Association Standards . B . Field Measurements: 1. Take field measurements prior to preparation of Shop Drawings and fabrication, where required, to ensure proper fitting of the Work. 1.03 SUBMITTALS A. Shop Drawings : Submit for approval the following : 1. Fabrication and erection of all Work . Include plans , elevations , and details of sections and connections . Show anchorage and accessory items. 2 . Setting drawings and templates for location and installation of anchorage devices . 3 . Manufacturer's specifications , load tables, dimension diagrams, anchor details and installation instructions . PART 2 -PRODUCTS 2.01 PERFORMANCE CRITERIA A. The manufacturer shall furnish grating to conform the following criteria: 1. Design Loads : Uniform live load or a concentrated load on any area 24-inches square , whichever gives the greatest stresses. Live Load Concentrated Load a . 300 psf 1500Ibs 2 . Maximum Clear Span Deflection : 1/120 of span or 1/4-inch , whichever is less , under 100 psf and no deflection limit under concentrated loading. 3. Maximum Fiber Stress: 12 ,000 psi. 4 . Bearing bars shall have a minimum depth of 2" and be a maximum of 1-3/16 inches on center and 3/16-inches minimum thickness. 5. Cross bars or bent connecting bars shall not exceed 4-inches on center . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLAR E, DOME IMPROVEMENTS CITY PROJECT NO. 102652 05 53 16-2 ALUMINUM GRATING AND CHECKER PLATE 6. Refer to the Drawings for additional design information. B. The manufacturer shall furnish removable checkered plate or plank grating to conform to the following , unless otherwise shown on the Drawings: 1. Aluminum Checkered Plate: a. Minimum thickness: 1/2-inch. b . Design Uniform Load: 200 psf, unless otherwise shown on the Drawings. c . Maximum clear span deflection: 11120th of the span or 1/4-inch, whichever is less, under 100 psf. 2.02 MATERIALS A. Bearing Bars : Alloy 6061-T6 or Alloy 6063-T6, conforming to ASTM B 221. B. Cross Bars or Bent Connecting Bars: Alloy conforming to either ASTM B 221 or ASTM B 210 . C. Aluminum Checkered Plate: 1. Provide aluminum checkered plate as shown on the Drawings and specified. Plate to conform to ASTM B 209. Provide anodized finish . 2 . Raised Pattern Floor Plate : Provide pattern standard with the manufacturer. Alloy and temper to be Alloy 6061-T6 . 2.03 FABRICATION A. Use materials of the minimum size and thickness as specified above unless otherwise shown on the Drawings . Work to the dimensions shown on approved Shop Drawings. B. Grating shall be as shown on the Drawings and shall comply with the NAAMM "Metal Bar Grating Manual", except as specified herein. 1. Cross Bars: Manufacturer's standards to suit project requirements. 2 . Traffic Surface : Plain . C. Type of Finish: Clear anodized with a minimum coating of 0.0008-inch in accordance with Aluminum Association Standard A41 . D. Provide grating sections with end-banding bars welded about 4-inches on centers for each panel, four saddle clip or flange block anchors designed to fit two bearing bars, and four stainless steel stud or machine bolts with washers and nuts, unless otherwise shown on the Drawings. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 53 16-3 ALUMINUM GRATING AND CHECKER PLATE E. Cut gratings for penetrations as indicated . Layout units to allow grating removal without disturbing items penetrating grating . 1. For openings in grating separated by more than four bearing bars, provide banding of same material and size as bearing bars, unless otherwise shown on the Drawings . Weld band to each bearing bar. 2. Field notching of bearing bars at supports to maintain elevations will not be permitted . Grating manufacturer shall coordinate bearing bar depths as indicated in the drawings to accommodate special connection conditions. 3 . Provide additional opening framing as indicated in the Drawings . F . Weld stainless steel stud bolts to receive saddle clip or flange block anchors to supporting steel members. Drill for machine bolts when supports are aluminum. G . Provide gratings in concrete with 316 stainless steel angle frames having mitered corners and welded joints . Grind exposed joints smooth . Frames shall have welded anchors set into concrete. Angle size shall match grating depth selected to assure flush fit. H. Provide gratings attached to existing concrete, masonry or steel with 316 stainless steel bearing angles fastened with anchors as shown on the Drawings or otherwise approved by ENGINEER. I. Gratings in concrete floors specified to be removable or hinged shall be arranged in sizes to be readily lifted . 2.04 CHECKERED PLATES A. Provide removable checkered plates in the locations and sizes shown on the Drawings or where directed by the OWNER. Also , provide perforated plates where shown on the Drawings. B. Each checkered plate shall be provided with four lifting handles as recommended by the manufacturer. The lifting handles shall be of the recessed, drop handle type unless indicated otherwise. Maximum weight of checkered plate shall be 150 pounds. C. Checkered plates shall have a checkered, nonslip surface. D. The aluminum plates shall have an anodized finish . Protect finish with a factory-applied coating of lacquer standard with the manufacturer. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 53 16-4 ALUMINUM GRATING AND CHECKER PLATE PART 3 -EXECUTION 3.01 INSTALLATION A. Fastening to In-Place Construction: 1. Use Type 316 stainless steel anchorage devices and fasteners to secure grating to supporting members or prepared openings, as recommended by the manufacturer. B. Cutting, Fitting and Placement: 1. Perform all cutting, drilling and fitting required for installation. Set the Work accurately in location, alignment and elevation, plumb, level, true and free of rack . Do not use wedges or shimming devices. 2. Wherever gratings are penetrated by pipes, ducts , and structural members, cut openings neatly and accurately to size and attach a strap collar not less than 1/8-inch thick to the cut ends of the bars . 3 . Divide the panels into sections only to the extent required for installation wherever grating is to be placed around previously installed pipe, ducts, and structural members. C. Protection of Aluminum from Dissimilar Materials : Coat all aluminum surfaces in contact with dissimilar materials such as concrete, masonry, steel and other metals as specified in Section 09 90 00. D . Removable aluminum checkered plate or aluminum plank grating shall be fastened to secure checker plate or plank grating to supporting members, as recommended by the manufacturer. Fastening system for the checker plate or plank grating shall be removable. E. Gaps between the edge of grating and edge of perimeter support or gaps between adjacent grating panels exceeding ½-inch will be rejected and new grating panels fabricated to the as-built conditions providing 1/4-inch gap shall be provided at no additional expense to the Owner. CONFORMED, 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 05 53 16-5 ALUMINUM GRATING AND CHECKER PLATE CONFORMED , 12/01/2022 THIS PAGE INTENTIONALLY LEFT BLANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 05 53 16-6 ALUMINUM GRATING AND CHECKER PLATE PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 07 13 50 WATERPROOFING A. Furnish all labor, materials, equipment and appliances required for the complete execution of the Work as shown on the Drawings and specified herein . B. Principal items of work include: 1. Waterproofing on the exterior sides of walls below grade. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 03 30 00 -Cast-in-Place Concrete 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of these specifications Work shall conform to the applicable requirements of the following documents : 1. ASTM D146 -Sampling and Testing Felted and Woven Fabrics Saturated with Bituminous Substances for Use in Waterproofing and Roofing 2. ASTM D412 -Tests for Rubber Properties in Tension 3. ASTM E96 -Tests for Water Vapor Transmission of Materials in Sheet Form 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures, submit the following: 1. Manufacturers product literature , specification data sheets and installation instructions. 2. Samples of composite drainage panel and waterproofing. 3. Complete layout and installation drawings and schedules with clearly indicated dimensions. 4. Detail drawings showing all anchoring details and construction details at corners , penetrations and flashing. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 13 50 -1 WATERPROOFING 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's unopened containers identified with name, brand, type, grade , class and all other qualifying information. B. Store materials in dry location, in such manner as to prevent damage or intrusion of foreign matter. Conspicuously mark "Rejected" on materials which have been damaged and remove from the job site . PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Specifications provide products manufactured by one of the following : 1. Grace Construction Products. 2 . Carlyle Coating and Waterproofing 3. Polyguard Products. 2.02 PRODUCTS A. Waterproofing Membrane : Self-adhering membrane consisting of a minimum 56 mils of rubberized asphalt laminated to a minimum 4 mils of polyethylene to form a minimum of 60 mil membrane. Provide a cold-applied membrane which requires no special adhesives or heating equipment. B. Physical Properties Properties Test Method Result Pliability(@ -25 f) ASTM D-146 No Effect Tensile Strength Membrane ASTM D-412 250 psi min . Tensile Strength Film ASTM D-412 4000 psi min . Elongation ASTM D-412 300% min . Puncture Resistance Membrane ASTM E-154 40 lbs. min . Puncture Resistance Film Permeance Water Absorption CONFORMED , 12/01/2022 ASTM D-781 250 in . oz . tear ASTM E-96 (B) 0.1 max . grains/sf/hr/in .Hg ASTM 0-570 0.2 max. (% by weight) FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 13 50 -2 WATERPROOFING Properties Test Method Result Adhesion to Concrete ASTM D-903 5 .0 lbs.fin. width max. C . Primer: As recommended by manufacturer. D. Mastic: As recommended by manufacturer. Use mastic to seal cut edge terminations. 2.03 COMPOSITE DRAINAGE PANEL A. Composite drainage panel: Three dimensional, high impact, polystyrene core with a nonwoven filter fabric bonded to the core . Provide a polymeric sheet adhered to the flat side of the polystyrene core. Extend filter fabric beyond the edges to provide total filtering integrity of the drainage system. B. Physical Properties Properties Test Method Result Compressive Strength (Core) ASTM D-1621 15,000 psf Apparent Opening Size ASTM D-4751 100 United States Standard S ieve (Filter Fabric) Water Flow Rate (Filter Fabric) ASTM D-4491 150 gpm/ft Water Flow (Composite System) ASTM D-4716 15 gpm/ft. width C. Composite System Requirements 1. Provide one inch flange on longitudinal edge. 2. Bond filter fabric to each dimple of polymeric core . 3 . Extend filter fabric beyond toe edge of polymeric core to provide total filtering integrity of the drainage system. 4 . System shall be approved for use over waterproofing membrane . PART 3 -EXECUTION 3.01 EXAMINATION OF SURFACES A. Examine all surfaces and installation of work done by other trades . B. Coordinate all work under this Section with contiguous work of other trades. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 13 50-3 WATERPROOFING 3.02 APPLICATION A. Install waterproofing membrane and composite drainage system in strict accordance with manufacturer's printed instructions and recommendat ions. B . Where drainage piping is shown on Drawings , extend systems to allow for proper drainage. C . Cover and seal all term inal edges . Cut systems and seal around penetrations. D. Prov ide a written report from the Manufacturer's representative stating that the waterproofing membrane and composite drainage system were installed correctly. CONFORMED , 12/0 1/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 13 50 -4 WATERPROOFING PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 07 21 00 BUILDING INSULATION A. Furnish labor, materials , equipment and appliances required for complete execution of Work as shown on Drawings and specified herein. 1.02 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures, submit the following : 1. Manufacturer's literature , specifications, installation instructions , technical data, and general recommendations. 2. Drawing of roof plans showing tapered insulation, crickets, and thicknesses . 3 . Samples of each type of insulation specified. 4. Shop drawing for tapered insulation. 1.03 DELIVERY, STORAGE AND HANDLING A. Deliver materials in unopened , undamaged original packaging with bearing the manufacturer's name. B. Store materials in clean, dry, protected areas . Do not leave materials exposed to the weather or sunlight, except to the extent necessary to perform the work. C. Protect against ignition . PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the requirements , provide products as manufactured by the following: 1. Manufacturers of Polyisocyanurate Foam Insulation a . RMax . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 21 00 -1 BUILDING INSULATION b. Atlas Energy Products . c . Johns Manville. 2.02 MATERIALS A. Roof Insulation: Provide polyisocyanurate insulation or as shown on Drawings and achieve energy code compliance . Provide a minimum of two staggered layers , unless otherwise indicated . Provide tapered insulation where roof structure does not slope. Roof insulation shall be approved by roofing manufacturer in accordance with the requirements of the roofing warranty . Roof insulation shall meet the requirements of roof manufacturer. Insulation shall have a minimum aged R-value of 5 per inch. Secure insulation as required by the roofing manufacturer to resist wind. Install ½" roof cover board above insulation. PART 3 -EXECUTION 3.01 GENERAL A. Insulation shall be provided in walls, slabs and roofs and where shown on Drawings . 3 .02 INSTALLATION OF INSULATION A. Install in accordance with the manufacturer's printed installation instructions to provide maximum sound and thermal benefits for material specified . Install to fill or cover voids . Cut neatly to snugly fit angles, corners and irregular areas and carefully wrapped around pipes , conduits , outlets , switches , beams , etc., to maintain continuity of insulation. Avoid gaps or bridges . B. Roofing Insulation and roof cover board: Install roofing insulation in accordance with insulation and roofing manufacturer printed instructions and recommendations. Attachment shall be accordance with manufacturer's recommendations to comply with w ind load requirements . 3.03 ADJUSTMENT AND CLEANING A. Adequately protect Work from damage resulting from subsequent construction operations . Replace damaged or soiled Work . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 21 00 -2 BUILDING INSULATION PART 1 -GENERAL SECTION 07 21 29 DIGESTER DOME INSULATION 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Section , apply to this Section . 1.02 SUMMARY A. Provide all labor, materials and equipment necessary to complete the demolition of existing insulation and install acrylic roof primer (per polyurethane foam manufacturer recommendation), polyurethane foam insulation and coating specified in here and on the drawings . Coordinate with structural repairs and mechanical process piping and appurtenances improvements prior to installation of the polyurethane foam insulation . B. This Section includes installation of polyurethane foam insulation system on domes of all Digester Nos. 1 thru 8 where existing insulation will be removed during digesters improvement work . 1.03 SUBMITTALS A. Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Manufacturer's literature and technical data on the polyurethane foam, protective coating, sealants, silicone walkway and primers shall be submitted for approval. Product data for insulation system identifying k-value, thickness, and etc. shall be provided for review . C. Samples of insulation system. Submit 2, 12" square sections of sample materials. D. Material certificates , signed by the manufacturer, certifying that materials comply with specified requirements . E. A list of three (3) installations where the manufacturer has supplied similar material as specified for this Project. The list shall include the INSTALLATION CONTRACTOR, the OWNER , the location of the Project, and the square feet of material installed. F. Installation Contractor's approved license or certification for the installation of the proposed manufacturer's material and a list of two (2) similar installations which have been in satisfactory operation for at least one (1) year. The list shall include the OWNER"s name, location of the Project, square feet of material installed, and completion date . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF, DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 21 29-1 DIGESTER DOME INSULATION 1.04 QUALITY ASSURANCE A. Manufacturer: The insulation system manufacturer shall have at least five (5) years experience and shall have manufactured a minimum of 1,000,000 cubic feet of the material specified for this project. B. Installation Contractor: The INSTALLATION CONTRACTOR shall have at least five (5) years continuous experience on the installation of the type of insulation system described in these documents and must have installed at least 100,000 square feet under similar conditions. C. Fire Performance Characteristics: Conform to the following characteristics for insulation including facings, cements, and adhesives, when tested according to ASTM E 84, by UL or other testing or inspecting organization acceptable to the authority having jurisdiction. Label insulation with appropriate markings of testing laboratory. 1. Interior Insulation: Flame spread rating of 25 or less and a smoke developed rating of 50 or less . 2 . Exterior Insulation : Flame spread rating of 75 or less and a smoke developed rating of 150 or less. D. Codes and Standards 1. Conform to the guidelines of Urethane Foam Contractors Association (UFCA) publication "Specification Data and Buyer's Guide" and Department of Navy publication "Principles of Urethane Foam Roof Application". 1.05 DEFINITIONS A. Thermal Resistivity : "r-values" represent the reciprocal of thermal conductivity (k-value). Thermal conductivity is the rate of heat flow through a homogenous material exactly 1" thick . Thermal resistivities are expressed by the temperature difference in degrees F between two exposed faces required to cause one Btu to flow through one square foot of material, in one hour, at a given mean temperature . 1.06 SEQUENCING AND SCHEDULING A. Schedule insulation application after testing of piping systems. B. Digester renovation work will be accomplished in parts . Schedule insulation work after each pa ir of digester renovation work has been completed . 1.07 DELIVERY, STORAGE AND HANDING A. Material Delivery and Storage 1. Materials shall be delivered in the manufacturer's original , tightly sealed containers and unopened packages , all clearly labeled with the manufacturer's name , product identification approvals , and batch or lot numbers where appropriate . 2 . Materials shall be stored out of the weather and direct sunshine in their tightly sealed containers and in an area where the temperature is within the limits specified by the manufacturer of the materials. Once opened or partially used , CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 21 29 -2 DIGESTER DOME INSULATION materials shall be sorted in accordance with instructions from the manufacturer. All materials shall be stored to comply with fire and safety requirements. CONTRACTOR utilizing bulk storage methods for on-site dispensing shall submit proof that the products are as specified and that their product utilization is within manufacturer's guidelines of acceptability . If bulk storage is used , bulk container shall not be removed from property until job is completed , and remaining contents examined. B . Equipment 1. The equipment for application of foam and coatings shall be as recommended or approved by the foam material manufacturer. 2 . The CONTRACTOR shall ensure that one trained person shall continuously monitor pressure gauges of formulator while foam or coatings are being applied to ensure proper ratio mix. CONTRACTOR shall ensure continuous 2-way communication between roof foam applicator and equipment monitor. C . Personnel 1. The CONTRACTOR will ensure that all personnel on the Project shall be familiar with the hazards involved in the use of the equipment and materials on the Project, and in the proper techniques and procedures required to safely handle and apply the materials . 2. Material Handling and St orage: All materials shall be stored within temperature limits recommended by manufacturer. 3 . Empty all drums completely and dispose of in a manner recommended by manufacturer after completion of the job . D. Coating materials 1. Avoid smoking , open flames, welding or electric sparks while handling , opening or applying any coatings with flammable solvents . Smoking is prohibited on roof at all times. 2 . All material containers shall have the following information on the label attached to the drums. a . Name of content. b . Storage temperature limits c . Instructions for storage and handl ing . d . Special precautions about toxic effects of ingredients and remedy in the event of inhalation , ingestion of skin contact. PART 2 -PRODUCTS 2.01 MANUFACTURERS A. Subj ect to compliance with requirements , provide products by one of the follow ing: CONFORMED , 12/01 /2022 FWW VILLAGE CR EEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 2 1 29-3 D IGESTER DOME INSULATION ~ 1. 2. 3. 4 . Acrylic roof primer, Thermo-Prime Black by Huntsman Building Solutions or~ per Polyurethane foarn rnanufooturor by Gaco, Firestone Building Products . Polyurethane foam F2733 liquid spray, Aliphatic polyurethane coating UA60 and Silicone based walkPad SF2036 as manufactured by Gaea, Firestone Building Products. F.S.C. System 26 , F .S .C. Ureflex 119-120 aromatic urethane, and F .S.C. Ureflex 2001 aliphatic urethane as manufactured by Foam Systems Corporation of riverside, California. Polyurethane foam, Aliphatic polyurethane coating and silicone based walk pad as manufactured by Huntsman Building Solutions. 2.02 INSULATION MATERIALS A. All the foam and coating materials must be furnished by single manufacturer. B . The polyurethane foam material shall meet the following minimum standards: 1 . Thickness -2-1/2" at density of 3 .0 PCF after cured . Physical Property Nominal Parallel Compressive Strength K Factor (initial) Btu , inl°Ft2Hr Parallel Tensi le Strength Perpendicular Shear Strength Close Cell Content Water Absorption by Weight Water Vapor Permeability Dimensional Stab ility Net change in volume CONFORMED , 12/01/2022 Test Method Results ASTM D-1622@ 77 °F 2.5 lbs/FP ASTM D-1621 @ 77 °F 45 psi ASTM C-177@ 77 °F 0 .11 ASTM D-1623@ 74 °F 55 -60 psi ASTM C-273@ 74 °F 33 psi ASTM 1940@ 74 °F 95% ASTM D-2842@ 74 °F 0 .10 lbs/Ft2 ASTM C-355@ 74 °F 1 .8 perm-in ASTM D-2126 (Procedure F @ 160°F 100 % RH) 1 Day 1% 7 Days 3% FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 21 29-4 DIGESTER DOME INSULATION ffi C. The Aliphatic Polyurethane coating material shall meet the following minimum standards: 1. Thickness -50 mils and contain 85% -100% solid urethane elastomer. Physical Property Test Method Results Hardness ASTM D-2240 Shore A 90-95 Actual 12 month exposure No change Weathering , Ultraviolet Coated : 1-2 mils surface oxidation ; resistance Exposed : No loss physical characteristics Impact 0° 4 .6 oz 1" dia . No cracking observed 9'-6" drop Freeze/Thaw ASTM D-2126 No disbonding or distortion occurred 5 Cycles (Perpendicular Tension) Foam 64 psi Metal 871 psi Bond Strength Wood 174 psi Concrete 195 ps i Asphalt Minimum 64 psi Tensile ASTM D-412 3000 psi Tear ASTM D-1004 42 lbs. Permeability ASTM E-96(Procedure B) Perms (English Units) .000153 Mold and Mildew Resistant ASTM D-3273 Does not support growth Taber Abrasion ASTM D-1175 200 mg loss 3" Dia . Plate .005 " deformation No foam Penetration Resistance 200 Lb . Load exposure D. Elastomeric aliphatic coating material shall be a two (2) component system and capable of protecting aromatic urethane coating from U.V. exposure . System should also contain a 3-M roofing grain or equal in applied coat. Thickness 15 mils. Roofing grain 50 pounds per 100 sq. ft. E. The annular space between the skirt plate and the tank wall shall be filled with 2-inches wide and 24-inches deep of oakum/backer rods tamped firmly in place and supported by bottom ring of skirt plate. The silicone based sealant material shall be poured on top of the oakum/backer rods. The seal shall prevent gas from escaping from under the cover against a pressure of 15 inches water column . F. The silicone based walkpad shall be solvent-free, single component waterproof elastomeric moisture-curing sealant with a reinforcing agent and formulated for durability. It shall be "yellow" color, stable and chalk resistant. The silicone walkpad shall CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 21 29-5 DIGESTER DOME INSULATION be applied at a rate of 4 gallons per 100 sq.ft. with WalkPad granules applied to wet product at a rate of 0 .5 lb . per 100 sq. ft . to provide traction. PART 3 -EXECUTION 3.01 SURFACE PREPARATION A. Surfaces shall be dry and free of dirt, grease, any release agents or other contaminants which will interfere with adhesion of any primer or polyurethane foam to the substrate. Cleaning of the application areas shall be accomplished by means of SSPC-SP10, near white metal blast. Provide a 3.0 mil minimum angular anchor profile unless recommended by the coating manufacturer in writing. Refer to section 09 90 00 painting for additional requirements . B. Chip off all flux, spatter, slag, slivers or laminations left from welding. Remove any grease or oil with mineral spirits or petroleum solvents . 3.02 SURFACE PREPARATION A. An acrylic roof primer at the rate of 400 sq. ft per gallon shall be applied prior to polyurethane foam application , unless recommended otherwise by polyurethane foam manufacturer in writing. B. Polyurethane Foam Application: Polyurethane foam shall have a minimum in-place thickness of two and on-half inch (2-1/2") and sufficient thickness to assure smooth surface for subsequent coating application. 1. Prior to application of other components, CONTRACTOR shall depth-probe all polyurethane foam thickness so as to positively ensure proper depth of foam . 2 . All items protruding through the roof structure, such as valves , pipes and supports , shall have the polyurethane foam carried in a smooth transition to a minimum of six inches (6") up the side of any projection . 3. No polyurethane foam shall be applied to surfaces during a period of precipitation , nor should any foam be applied until surfaces are thoroughly dry . 4. Polyurethane foam shall only be applied when the ambient temperature is between 40°F and 100°F. Polyurethane foam should not be applied when wind velocity is above fifteen (15) miles per hour unless adequate wind screens are provided . C. Aliphatic polyurethane Coating Applications: Aliphatic polyurethane coating shall be applied to the specified thickness the same day the polyurethane foam is applied. The coating, measured by means of an optical comparator , shall have an average thickness of 50 mils -at least 50% of the measurements shall be 50 mils or more and no measurement with less than 45 mils thickness . 1. Applicator shall have foam manufacturer recommended spray-head available in order to adequately impinge and mix material according to manufacturer's specification. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 21 29-6 DIGESTER DOME INSULATION 2 . The applicator shall fully purge any remaining foam from his spray urethan equipment prior to application of coating form the same unit. 3 . Applicator shall not dispense recommended mil thickness of aliphatic polyurethane coating in one spray pattern "spot" at one time. 4. Applicator shall apply coating in the following manner: a . First coat (25 mils). b. Second coat (25 mils). 5 . Passes shall be in multiple and rapid succession until desired minimum mil thickness is obtained . 6 . Polyurethane foam applied shall be covered with entire minimum recommended mil thickness of coating prior to the close of the day . D. Elastomeric Aliphatic Coating Application with Roofing Grains: Elastomeric aliphatic coating shall be the top coat of the insulation system and shall be applied in one pass to obtain a minimum thickness of 15 mils within seven (7) working days after aromatic urethane coating application. The spray should be with conventional air or airless spray equipment with 1200 psi capacity . E. The silicone based WalkPad shall be applied as specified here-has shown on the drawings and per manufacturers guidance and recommendation . 3.03 PROTECTION OF PROPERTY A. CONTRACTOR shall assume all responsibility of protecting OWNER's property from damage due to his (CONTRACTOR) operation. The CONTRACTOR shall protect against any overspray where OWNER's property or employee vehicles may be contiguous to spray operation . Provide 48 hours prior notification for all spraying operations. Spraying operations shall not take place at times when the wind is blowing toward the main parking lot. The main parking lot may not be barricaded more than one day per week. 3.04 CLEAN UP A. CONTRACTOR shall remove all spottings, stains, demolition and any surplus material and resulting debris . 3.05 INSPECTION A. Inspect all surfaces to receive insulation materials under this section. All items that penetrate through the digester roof shall be completed prior to any urethan system application . CONTRACTOR shall verify that all items wh ich penetrate the roof have been satisfactorily secured . CONFORMED , 12/01 /2022 END OF SECTION FWW VILLAGE CREEK WRF, DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 21 29-7 DIGESTER DOME INSULATION PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 07 52 00 BUILT-UP BITUMINOUS ROOFING A. Furnish all labor, materials, equipment and appliances required for the complete execution of Work shown on Drawings and specified herein . 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 07 21 00 -Building Insulation B. Section 07 60 00 -Flashing and Sheet Metal C. Section 07 70 00 -Roof Specialties and Accessories 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of these specifications Work shall conform to the applicable requirements of the following documents: 1. ASTM 041 -Asphalt Primer Used in Roofing, Oampproofing , and Waterproofing 2. ASTM 0312 -Asphalt Used in Roofing 3 . ASTM 02178 -Asphalt Felt Used in Roofing and Waterproofing 4 . FS HH-I-1972/GEN -Insulation Board, Thermal, Faced, Polyurethane or Polyisocyanurate 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures, submit the following: 1. Product data for glass fiber ply sheet, modified bitumen sheet membrane, insulation and base flashing materials . 2. Manufacturer's installation instructions. 3. Certification that materials meet or exceed specified requirements. 4. Certification that installer is approved by the manufacturer. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 52 00 -1 BUil T-UP BITUMINOUS ROOFING 5 . Copy of manufacturer's 20 year system warranty . 6. Samples of each product. 7. Color samples of cap sheet. 8. Field report at the end of all roofing and related work. 1.05 QUALITY ASSURANCE A. Applicator: Company well experienced in modified bitumen roofing membrane application and approved by product manufacturer. B. Products and installation shall be in accordance with the following : 1. Underwriters Laboratories, Inc. (UL): Class A Fire Hazard Classification. 2. Factory Mutual Engineering Corporation (FM): Roof assembly classification, FMRC, Approval Standard 4470, Class I, and 1-90 approvals. 3 . Design roof to meet wind design criteria in the current Building Code of the State or Commonwealth in which the project is located 4. Field Report: After all work has been completed , including setting of roof top equipment, and other work required on the roof, provide a report from a Professional Engineering firm or manufacturer's representative verifying watertight and quality installation conforming to all warranty conditions. Report shall include sub surface moisture evaluations and recommendations for necessary repairs of defects and irregularities. C . Manufacturer's Representative: Provide a minimum of three site visits including one at start of work , one during progress and one at completion . 1.06 ENVIRONMENTAL REQUIREMENTS A. Do not apply roofing membrane during inclement weather. B. Do not apply roofing membrane to damp or frozen deck surfaces. C. Do not expose materials vulnerable to water or sun damage in quantities greater than can be weatherproofed during the same day. D. At lower air temperatures, to assure sound adhesion, care must be exercised to provide asphalt , at the point of application, at the asphalt's equiviscous temperature (EVT) plus 20 degrees Fahrenheit or at 400 degrees Fahrenheit, whichever is higher. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 52 00 -2 BUil T-UP BITUMINOUS ROOFING 1.07 GUARANTEE A. Provide a twenty year total system guarantee covering the repair of leaks which result from either material or workmanship , including insulation, and attributable to ordinary wear and tear. 1.08 DELIVERY, STORAGE AND HANDLING A. Deliver products to site in factory sealed cartons and crating bearing the manufacturer's labels. B. Store materials in weather protected environment, clear of ground and moisture, in accordance with manufacturer's instructions. Maintain membranes above 50 degrees Fahrenheit prior to their installation. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Specifications provide products manufactured by one of the following: 1. The Garland Company 2 . Soprema 3. Tremco Roofing 2.02 SYSTEM DESCRIPTION A. Four ply , hot asphalt applied modified bitumen membrane system with mineral granule surface cap sheet as the fourth ply . 2.03 SHEET MATERIALS A. Base Sheets: Glass Fiber 6 Ply Sheet: ASTM D2178, Type VI , UL Type G1 BUR. B . Membrane: Premium, fire-retarding, modified bitumen membrane and surfaced with light colored mineral granules. ASTM D6162 Type Ill cap sheet shall have the following properties: 1. Minimum Thickness : 140 mils 2 . Tensile Strength -(ASTM 0-5147): 400 lbs. 3. Tear Strength -(ASTM 0-5147): 400 lbs . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 52 00 -3 BUil T-UP BITUMINOUS ROOFING 2.04 BITUMINOUS MATERIALS A. Asphalt Bitumen: ASTM D312, Type IV B. Asphalt Primer: ASTM D41, AsphalUConcrete Primer C. AsbestosFree Cement: ASTM D 4586 Type II D. Cold applied application will be considered where recommended for roofing system described in this specification. Provide all applicable materials. 2.05 INSULATION A. Provide insulation approved by the manufacturer and in accordance with the requirements of Section 07 21 00 -Building Insulation. B. Provide manufacturer's recommended high density fiberboard, 1/2 inches thick, above insulation where required by manufacturer to meet design requirements. 2.06 FLEXIBLE FLASHING A. Manufacturer's recommended modified bitumen flashing . 2.07 ACCESSORIES A. Roofing Nails : Galvanized or non-ferrous type and size as required to suit application. B. Pressure Relieving Vents: Plastic or Metal one-way valves. Provide vents in accordance with manufacturer's recommendations. C. Mechanical Fasteners for Insulation: Manufacturer's recommended fasteners and as required to meet FM 1-90 requirements. D . Traffic Surfacing: Manufacturer's standard cap sheet of a color contrasting. Provide traffic surfacing from point of access to roof installed equipment, and each side of roof installed equipment PART 3 -EXECUTION 3.01 EXAMINATION A. Verify deck surface is dry , sound, clean and smooth, free of depressions, waves, or projections , properly sloped to gutter. B. Beginning of installation means acceptance of the surface of the substrates . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 52 00 -4 BUILT-UP BITUMINOUS ROOFING 3.02 PROTECTION A. Protect building surfaces against damage from roofing work . B . Where work must continue over finished roof membrane , protect surfaces . 3.03 INSULATION APPLICATION A. For structural concrete decks, prime deck surface with Asphalt/Concrete Primer then embed in a 25 pound per square (plus or minus 20%) mopping of ASTM Type Ill or IV asphalt, two layers of insulation in accordance with manufacturer's instructions. Lay second layer of insulation with joints staggered from first layer. B. Lay insulation boards with tightly butted , staggered joints . Cut insulation to fit neatly to perimeter blocking and around protrusions through roof. C . Install no more insulation than can be properly covered by the end of the each day with roofing membrane . 3.04 MEMBRANE APPLICATION A. Install glass fiber ply sheets and modified bitumen sheets and flashing in accordance with manufacturer's instructions. B. Prime all masonry and metal surfaces with GAF Asphalt/ Concrete Primer and allow to dry thoroughly . C. Asphalt should be heated so that felts are installed with the asphalt within its equiviscous temperature range. Mop applied sheets must be installed with ASTM D 312 , Type Ill or IV asphalt at a minimum temperature of 400 degrees Fahrenheit, at the point of application, with a target temperature of 425 degrees Fahrenheit, or 20 degrees Fahrenheit above the EVT , whichever is higher. The maximum allowable asphalt temperature , in the kettle, is 500 degrees Fahrenheit. Heat the asphalt in accordance with the manufacturer's instructions . D. Install glass fiber ply sheets using Type IV asphalt at a rate of 25 pounds per square (plus or minus 20%). E. Install membrane by solidly mopping in 25 pounds per square (plus or minus 20%) of asphalt to base. F. Apply glass fiber ply sheets and membrane smoothly without wrinkles , fishmouths or tears. Provide membrane side laps of 4 inches and 6 inch end laps . Side and end laps should have 1/4 inch minimum flow out of bitumen . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 52 00 -5 BUil T-UP BITUMINOUS ROOFING G. Extend glass fiber ply sheets and membranes 2 inches past the top of the cants onto vertical surfaces. H . When inclement weather is expected , install a water cutoff at the end of the day's operation. Mop three plies of base sheets and one ply of membrane . Install cutoff at all exposed edges of roofing and at roof penetrations. Remove water cutoff upon resumption of work. I. Where cold applied application of system is recommended by manufacturer provide installation instructions to ensure roofing system meets all requirements indicated in this specification. 3.05 TRAFFIC SURFACING A. Using maximum 1 0' lengths of the cap sheet membrane solidly mop one ply of smooth membrane and one surfaced membrane to the surface of the applied roof. Allow 6"-12" openings between adjacent sheets for drainage . 3.06 FLASHING A. Install flashing according to Manufacturer's specifications. B . Install one pressure relief vent per 1,000 square feet , or part thereof, of roof surface . C. Seal flashing and flanges on all items setting on or protruding through the membrane . Seal flanges between two plies of membrane. 3.07 FIELD QUALITY CONTROL A. Inspection and testing will be performed by a Professional Engineering firm or manufacturer's representative approved by the Engineer. B. Correct defects and irregularities reported . 3.08 CLEANING A. Remove bituminous markings from finished surfaces . In areas where finished surfaces are soiled by asphalt or any other source of soiling caused by work of this Section , consult manufacturer of surfaces for cleaning advice and conform to those instructions . CONFORMED , 12/01 /2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 52 00 -6 BUil T-UP BITUMINOUS ROOFING PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 07 60 00 FLASHING AND SHEET METAL A. Furnish labor, materials, equipment and appliances required for complete execution of Work shown on Drawings and specified herein . 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 07 52 00 -Built-Up Bituminous Roofing B . Section 07 70 00 -Roof Specialties and Accessories C. Section 07 90 00 -Joint Fillers, Sealants and Caulking 1.03 REFERENCES SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of these specifications Work shall conform to the applicable requirements of the following documents: 1. OF-506C -Flux , Soldering , Paste, and Liquid 2. ASTM A 176 -Stainless and Heat-Resisting Chromium Steel Plate , Sheet and Strip 3 . ASTM B32 -Specifications for Solder Metal 4 . ASTM D1187 -Test Method for Asphalt-Base Emulsions for use as Protective Coatings for Metal 5. "Architectural Sheet Metal Manual" by Sheet Metal and Air Conditioning Contractors National Association 1.04 SUBMITT ALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures, submit the following: 1. Manufacturer's literature and installation instructions. 2 . Complete layout and installation Drawings and schedules with clearly indicated dimensions. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 60 00 -1 FLASHING AND SHEET METAL 3 . Color samples . 1.05 DELIVERY, STORAGE, AND HANDLING A. Store materials in a clean dry protected area in such manner to preclude damage by denting , warping , or other distortion. PART 2-MATERIALS 2.01 MATERIALS A. Metal Flashing 1. Exposed to View : Provide prefinished 0.050 inches aluminum. Finish shall a full- strength Kynar 500 baked-on paint finish with a 20 year warranty where additional color selections are required . 2. Concealed from View: Provide a minimum of 22 ga. galvanized. steel sheet , stain less steel sheet , or mill-fin ished aluminum sheet. B . Nails , screws , rivets , bolts and other fasteners : same material as sheet metal being attached. Nails shall be 18 gauge diameter shank, 1/4 inch diameter flat head, annular- thread , diamond point , long enough to penetrate backing by at least 1 inch. Nails shall be spaced 3 inches on center unless other spacing is indicated. Exposed fasteners shall match finish of metal being fastened . C . Reglets shall be formed of 300 series stainless steel , minimum of 0.020 inch . Reglets shall be Model CO for insertion in concrete , MA-4 for insertion in masonry as manufactured by FRY Reglet Corporation. Corners shall be factory made , mitered and sealed . Furnish reglets to proper trade in sufficient time to be incorporated into the masonry or concrete work . D. Plastic cement shall conform to ASTM D4586 . E . Sealants shall be silicone type . F. Sealer tape shall be polyisobutylene tape specifically manufactured for setting flanges on bituminous roofing such as Morrison and Company CL-50 . PART 3 -EXECUTION 3.01 FABRICATION A. Shop fabricate Work to greatest extent possible . Comply with details shown and applicable requirements of SMACNA "Arch itectural Sheet Metal Manual" and other CONFORMED , 12 /0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 60 00 -2 FLASHING AND SHEET METAL recognized industry standards. Fabricate for waterproof and weather resistant performance ; with expansion provisions for running work, sufficient to permanently prevent leakage, and damage or deterioration of the work. Comply with material manufacturer's instructions and recommendations for forming material. Form exposed work without excessive oil-canning, buckling and tool marks, true to line and levels as indicated, with exposed edges folded back to form hems. B. Roof penetration sheet metal work shall be provided and coordinated with the roofing system. The design and details shall conform to SMACNA "Architectural Sheet Metal Manual". Sheet metal items shall be built into roofing in strict accordance with the instructions of the roofing manufacturer. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 60 00 -3 FLASHING AND SHEET METAL CONFORMED , 12/01 /2022 THIS PAGE INTENTIALL Y LEFT BLANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 60 00 -4 FLASHING AND SHEET METAL SECTION 07 70 00 ROOF SPECIAL TIES AND ACCESSORIES PART 1 -GENERAL 1.01 THE REQUIREMENT A. Furnish all labor, materials, equipment and appliances required for the complete execution of Work shown on Drawings and specified herein. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 07 52 00 -Built-Up Bituminous Roofing B . Section 07 60 00 -Flashing and Sheet Metal C. Section 07 92 00 -Joint Sealants 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of these specifications Work shall conform to the applicable requirements of the following documents: 1. TT-P-641 (1) -Primer Coating, Zinc Dust -Zinc Oxide (for galvanized surfaces) 2. ASTM A 525 -Specification for General Requirements for Steel Sheet, Zinc Coated (Galvanized} by the Hot-Dip Process 3. ASTM A 526 -Specification for Steel Sheet, Zinc Coated (Galvanized) by the Hot- Dip Process, Commercial Quality 4. ASTM B 209 -Specification for Aluminum and Aluminum-Alloy Sheet and Plate 5. Sheet Metal and Air Conditioning Contractors National Association "Architectural Sheet Metal Manual" (ASMM) 6. The Aluminum Association "Specification for Aluminum Sheet Metal Work in Building Construction." 7. American Welding Society (AWS). 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures, submit the following: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 70 00 -1 ROOF SPECIAL TIES AND ACCESSORIES 1. Manufacturer's literature and installation instructions. 2. Samples, of each material listed. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver all materials in factory packed unopened cartons and crating bearing the manufacturer's labels . B. Store materials in clean , dry protected area in such manner to preclude damage of any nature . C. Handle all materials with proper care to avoid denting, marring, warping or other distortions during delivery, storage and handling. PART 2 -PRODUCTS 2.01 MATERIALS A. General : Provide roof specialties and accessories of design and construction compatible and approved for use with roofing manufacturer. B. Fasteners: Provide all fasteners and attachments required to secure item to substrate and support loads required by applicable Building Code. Use only non-corrosive fasteners which are compatible with materials being joined. C. Colors : Colors shall be selected by Owner. 2.02 ROOF CURBS A. Material: 18 gauge, G-90 galvanized steel , 12 inches high minimum with mitered and continuous welded corners and seams , factory installed pressure treated wood nailers , and rigid fiberglass insulation. Top of roof curb shall be a minimum of 8" above roof membrane. B. Accessories: Provide interior liner, flashing, trim and other items required for a complete installation. Interior liner shall extend to bottom of roof structure and cover wood blocking and roof substrate edges. 2.03 METAL EDGE A. Material: 0.050 inches aluminum with smooth surfaces . B. Splice Plate: Aluminum and finished to match coping. Provide six inch wide units at twelve foot centers with extruded butyl seal strips . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 70 00 -2 ROOF SPECIAL TIES AND ACCESSORIES C. Anchor Plate : Galvanized steel. Anchor to substrate with anchors as recommended by manufacturer. D. Finish : "Baked" on Kynar, with 20 year warranty. Color to match existing . E. Guarantees: Twenty year performance guarantees relative to blow-off, leaktightness and finish . PART 3 -EXECUTION 3.01 INSTALLATION -GENERAL A. Install roof accessories and specialties in accordance with the manufacturer's instructions. Provide a complete watertight and weatherproof installation . Install with provision for expansion and contraction. 3.02 DAMAGED MATERIAL A. Repair or replace materials damaged during installation . 3.03 ADJUSTING AND CLEANING A. Check levels and adjust as necessary after roofing and flashing is complete. B. Protect materials from damage by other trades. Remove protective coatings at completion of project. CONFORMED , 12/0 1/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 70 00 -3 ROOF SPECIAL TIES AND ACCESSORIES CONFORMED , 12/01/2022 THIS PAGE INTENTIALL Y LEFT BLANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 70 00 -4 ROOF SPECIAL TIES AND ACCESSORIES PART 1 -GENERAL 1.01 WORK INCLUDED SECTION 07 91 00 PREFORMED JOINT SEALS A. The work shall consist of furnishing and installing waterproof expansion joints in accordance with the details shown on the plans and the requirements of the specifications. Preformed sealant shall be silicone pre-coated, preformed, pre- compressed, self-expanding, sealant system. 1.02 SUBMITTALS A. General -Submit the following according to Division 1 Specification Section. B. Standard Submittal Package -Submit typical expansion joint drawing(s) indicating pertinent dimensions, general construction, expansion joint opening dimensions and product information. C. Sample of material is required at time of submittal. D. All products must be certified by independent laboratory test report to be free in composition of any waxes or wax compounds using FTIR and DSC testing. E. All products shall be certified in writing to be: a) capable of withstanding 150°F (65°C) for 3 hours while compressed down to the minimum of movement capability dimension of the basis of design product (-25% of nominal material size) without evidence of any bleeding of impregnation medium from the material; and b) that the same material after the heat stability test and after first being cooled to room temperature will subsequently self-expand to the maximum of movement capability dimension of the basis-of-design product (+25% of nominal material size) within 24 hours at room temperature 68°F (20°C). F. Quality and Environmental control : Manufacturer shall be certified to both ISO- 9001 :2015 (quality management) and ISO-14001 :2015 (environmental management), and shall provide written confirmation that formal Quality and Environmental management systems and processes have been adopted. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver products to site in Manufacturer's original, intact, labeled containers. Handle and protect as necessary to prevent damage or deterioration during shipment, handling and storage. Store in accordance with manufacturer's installation instructions. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 91 00-1 PREFORMED SEALED JOINTS 1.04 BASIS OF DESIGN A. All joints shall be designed to meet the specified performance criteria of the project as manufactured by: EMSEAL JOINT SYSTEMS B. Alternate manufacturers must demonstrate that their products meet or exceed the design criteria and must submit certified performance test reports performed by nationally recognized independent laboratories as called for in section 1.02 Submittals. Submittal of alternates must be made three weeks prior to bid opening to allow proper evaluation time. 1.05 QUALITY ASSURANCE A. The General Contractor will conduct a pre-construction meeting with all parties and trades involved in the treatment of work at and around expansion joints including, but not limited to, concrete, mechanical, electrical, landscaping , masonry, waterproofing , fire- stopping, caulking, flooring and other finish trade subcontractors. All superintendents and foremen with responsibility for oversight and setting of the joint gap must attend this meeting. The General Contractor is responsible to coordinate and schedule all trades and ensure that all subcontractors understand their responsibilities in relation to expansion joints and that their work cannot impede anticipated structural movement at the expansion joints, or compromise the achievement of watertightness or life safety at expansion joints in any way . B. Warranty -Manufacturer's standard 5-year warranty shall apply. PART 2 -PRODUCT 2.01 GENERAL A. Provide traffic durable, watertight, expansion joint by EMSEAL Joint Systems for expansion joints and isolation joints in submerged applications. Typical locations include, but are not limited to the following: applications for joints where continuous or intermittent immersion or contact with chlorinated (up to 5ppm), saline, or potable water is planned, over occupied space, construction, and structural expansion joints. System shall perform waterproofing, traffic bearing and movement-accommodation functions as the result of a single installation and without the addition of gutters, vapor barriers, bladders, or other devices suspended beneath or within the system in any way. B. Provide Submerseal as manufactured by EMSEAL JOINT SYSTEMS LTD and as indicated on drawings for horizontal-plane expansion joint locations. C. Sealant system shall be comprised of three components: 1) cellular polyurethane foam impregnated with hydrophobic 100% acrylic, water-based emulsion, factory coated with chemically resistant , potable water safe silicone per NSF/ANSI Standard 61; NSF CONFORMED, 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 91 00-2 PREFORMED SEALED JOINTS Standard 51, FDA Regulation CFR 177 .2600 ; MIL-A-46146; an UL Flame Class 94 HB ; 2) field-applied epoxy adhesive primer, 3) field-injected silicone sealant bands. D. Material shall be capable as of movements of +25%, -25% (50% total) of nominal material size . Standard sizes from 1/2" (12mm) to 4 " (150mm). Depth of seal as recommended by manufacturer. E. Silicone coating to be low-modulus silicone applied to the impregnated foam sealant at a width greater than maximum allowable joint extension and which when cured and compressed will form a single bellow . F. Select the sealant system model appropriate to the movement, head pressure and design requirements at each joint location that meet the project specification or as defined by the structural engineer of record . G. Manufacturer's Checklist must be completed by expansion joint subcontractor and returned to manufacturer at time of ordering material. 2.02 FABRICATION A. Submerseal by EMSEAL must be supplied precompressed to less than the joint size , packaged in shrink-wrapped lengths (sticks). B. Directional changes and terminations into horizontal plane surfaces to be provided by factory-manufactured universal-90-degree single units containing minimum 12 -inch long leg and 6-inch long leg or custom leg on each side of the direction change or through field fabrication in strict accordance with installation instructions . PART 3 -EXECUTION 3.01 INSTALLATION A. Preparation of the Work Area 1. The contractor shall provide properly formed and prepared expansion joint openings constructed to the exact dimensions and elevations shown on manufacturer's standard system drawings or as shown on the contract drawings . Deviations from these dimensions will not be allowed without the written consent of the engineer of record. 2. The contractor shall clean the joint opening of all contaminants immediately prior to installation of expansion joint system . Repair spalled , irregular or unsound joint surfaces using accepted industry practices for repair of the substrates in question . Remove protruding roughness to ensure joint sides are smooth . Ensure that there is sufficient depth to receive the full depth of the size of the material being CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 91 00-3 PREFORMED SEALED JOINTS installed . Refer to Manufacturer's Installation Guide for detailed step-by-step instructions. B . Material Installation 1. Material shall be installed into manufacturer's standard field-applied epoxy adhesive. 2. Material shall be installed slightly recessed from the surface such that when the field-applied injection band of silicone is installed between the substrates and the foam-and-silicone-bellow, the system will be essentially flush with the substrate surface . 3 . No drilling, or screwing, or fasteners of any type are permitted to anchor the sealant system into the substrate . 4 . System to be installed by qualified sub-contractors only according to detailed published installation procedures and/or in accordance with job-specific installation instructions of manufacturer's field technician . 5 . System shall be allowed to cure for a minimum of 8 calendar days based upon 75° F. System components must be fully cured before being put into service . 3.02 CLEAN AND PROTECT A. Protect the system and its components during construction. Subsequent damage to the expansion joint system will be repaired at the general contractor's expense . After work is complete, clean exposed surfaces with a suitable cleaner that will not harm or attack the finish. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 91 00-4 PREFORMED SEALED JOINTS SECTION 07 92 00 JOINT SEALANTS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Urethane Joint Sealants. 1.03 PREINSTALLATION MEETINGS A. Preinstallation Conference : Conduct conference at project site. 1.04 ACTION SUBMITTALS A. Product Data: For each joint-sealant product. B. Samples for Initial Selection : Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Joint-Sealant Schedule: Include the following information: 1. Joint-sealant application, joint location, and designation. 2 . Joint-sealant manufacturer and product name . 3. Joint-sealant formulation . 4. Joint-sealant color. 1.05 INFORMATIONAL SUBMITTALS A. Qualification Data : For qualified testing agency. B. Product Test Reports: For each kind of joint sealant, for tests performed by a qualified testing agency. C . Field-Adhesion-Test Reports: For each sealant application tested . D. Sample Warranties : For special warranties . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 92 00-1 JOINT SEALANTS 1.06 QUALITY ASSURANCE A. Installer Qualifications: An authorized representative who is trained and approved by manufacturer. B . Product Testing: Test joint sealants using a qualified testing agency. 1. Testing Agency Qualifications : Qualified according to ASTM C1021 to conduct the testing indicated. C . Mockups : Install sealant in mockups of assemblies specified in other Sections that are indicated to receive joint sealants specified in this Section. Use materials and installa- tion methods specified in this Section . 1.07 PRECONSTRUCTION TESTING A. Preconstruction Field-Adhesion Testing: Before installing sealants, field test their adhe- sion to Project joint substrates as follows: 1. Locate test joints where indicated on Project or, if not indicated, as directed by Architect. 2 . Conduct field tests for each kind of sealant and joint substrate. 3. Notify Architect seven days in advance of dates and times when test joints will be erected . 4 . Arrange for tests to take place with joint-sealant manufacturer's technical repre- sentative present. a . Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 .1 in ASTM C1193 or Meth- od A , Tail Procedure, in ASTM C1521 . 1) 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 . 5 . Report whether sealant failed to adhere to joint substrates or tore cohesively. In- clude 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 . 6. Evaluation of Preconstruction Field-Adhesion-Test Results : Sealants not evidenc- ing adhesive failure from testing , in absence of other indications of noncompli- ance with requirements , will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 92 00-2 JOINT SEALANTS 1.08 FIELD CONDITIONS A Do not proceed with installation of joint sealants under the following conditions : 1. When ambient and substrate temperature conditions are outside limits permitted by joint-sealant manufacturer. 2 . When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for applications indicated. 4 . Where contaminants capable of interfering with adhesion have not yet been re- moved from joint substrates. 1.09 WARRANTY A Special Manufacturer's Warranty: Manufacturer agrees to furnish joint sealants to repair or replace those joint sealants that do not comply with performance and other require- ments specified in th is Section within specified warranty period . 1. Warranty Period: Five years from date of Substantial Completion . B. Special warranties specified in this article exclude deterioration or failure of joint seal- . ants from the following: 1. Movement of the structure caused by stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression . 2. Disintegration of joint substrates from causes exceeding design specifications. 3 . Mechanical damage caused by individuals, tools , or other outside agents. 4 . Changes in sealant appearance caused by accumulation of dirt or other atmos- pheric contaminants. PART 2 -PRODUCTS 2.01 JOINT SEALANTS, 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 joint-sealant manufacturer, based on testing and field experience. B. Colors of Exposed Joint Sealants : As selected by the OWNER from manufacturer's full range CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 92 00-3 JOINT SEALANTS 2.02 URETHANE JOINT SEALANTS A. Urethane, S, NS , 35, NT: Single component , nonsag , for sloping applications , traffic- use, plus 35 percent and minus 35 percent movement capability , urethane joint sealant; ASTM C920 , Type S, Grade NS or SL , Class 35 , Use NT, certified to the NSF/ANSI Standard 61 for potable water. 1. Manufacturers : a . Sika Corporation -"Sikaflex 1 a ." 2.03 JOINT-SEALANT BACKING A. Sealant Backing Material , General : Non-staining ; compatible with joint substrates, seal- ants , primers, and other joint fillers; and approved for applications indicated by sealant manufacturer based on field experience and laboratory testing . B. Cylindrical Sealant Backings: ASTM C1330, Type C (closed-cell material with a surface skin) or any types , as approved in writing by joint-sealant manufacturer for joint applica- tion indicated , and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance . C . Bond-Breaker Tape : 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 . 2.04 MISCELLANEOUS MATERIALS A. Primer : Material recommended by joint-sealant manufacturer where required for adhe- sion of sealant to joint substrates indicated , as determined from preconstruction joint- sealant-substrate tests and field tests . B. Cleaners for Nonporous Surfaces : Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials , free of oily residues or other substances capa- ble 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 : Non-staining, 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 af- fecting performance of the Work . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 92 00-4 JOINT SEALANTS B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions and the following re- quirements : 1. Remove all foreign material from joint substrates that could interfere with adhe- sion of joint sealant, including dust, paints (except for permanent, protective coat- ings tested and approved for sealant adhesion and compatibility by sealant manu- facturer), old joint sealants , oil, grease , waterproofing , water repellents , water, surface dirt , and frost. 2 . 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 opt imum bond with joint sealants . Remove loose particles remain- ing after cleaning operations above by vacuuming or blowing out joints with oil- free compressed air. Porous joint substrates include the following : a. Concrete. b. Brick 3 . Remove laitance and form-release agents from concrete. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction joint-sealant-substrate tests or prior experience. Ap- ply primer to comply with joint-sealant manufacturer's written instructions. Confine pri- mers to areas of joint-sealant bond ; do not allow spillage or migration onto adjoining surfaces. C . Masking Tape : Use masking tape where required to prevent contact of sealant or pri- mer 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 : Comply with recommendations in ASTM C1193 for use of joint sealants as applicable to materials, applications, and conditions indicated . C. 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 widths that allow optimum sealant movement capability. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 92 00 -5 JOINT SEALANTS 1. Do not leave gaps between ends of sealant backings. 2 . Do not stretch , twist , puncture , or tear sealant backings. 3 . Remove absorbent sealant backings that have become wet before sealant appli- cation , and replace them with dry materials. D. Install bond -breaker tape behind sealants where sealant backings are not used be- tween sealants and backs of joints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2 . Completely fill recesses in each joint configuration. 3. Produce uniform , cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability . F. Tooling of Nonsag Sealants: 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 pock- ets ; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2 . Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces . 3 . Provide concave joint profile per Figure 8A in ASTM C1193 unless otherwise indi- cated . 4 . Provide flush joint profile at locations indicated on Drawings according to Fig- ure 8B in ASTM C1193. 5. Provide recessed joint configuration of recess depth and at locations indicated on Drawings according to Figure 8C in ASTM C1193 . a. Use masking tape to protect surfaces adjacent to recessed tooled joints . 3.04 FIELD QUALITY CONTROL A. Field-Adhesion Testing : Field test joint-sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed and cured sealant joints as follows : a . Perform one test for each 1000 feet of joint length . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 07 92 00 -6 JOINT SEALANTS 2. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab , in Appendix X1 in ASTM C1193 or Method A, Tail Proce- dure, in ASTM C1521 . a. For joints with dissimilar substrates, verify adhesion to each substrate sepa- rately ; extend cut along one side , verifying adhesion to opposite side . Re- peat procedure for opposite side. 3 . Inspect tested joints and report on the following: a . Whether sealants filled joint cavities and are free of voids . b. Whether sealant dimensions and configurations comply with specified re- quirements. c . Whether sealants in joints connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate . Compare these results to de- termine if adhesion complies with sealant manufacturer's field-adhesion hand-pull test criteria . 4 . Record test results in a field-adhesion-test log . Include dates when sealants were installed, names of persons who installed sealants, test dates, test locations, whether joints were primed, adhesion results and percent elongations , sealant material, sealant configuration , and sealant dimensions . 5 . Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B . Evaluation of Field-Adhesion-Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered sat- isfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements . Retest failed applications until test results prove seal- ants comply with indicated requirements. 3.05 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 products in which joints occur. 3.06 PROTECTION 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, de- spite such protection, damage or deterioration occurs, cut out , remove, and repair dam- CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 92 00-7 JOINT SEALANTS aged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 07 92 00 -8 JOINT SEALANTS PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 08 11 16 ALUMINUM DOORS AND FRAMES A. Furnish and install all flush aluminum doors, frames, and related items, complete and operable, including all finish hardware and appurtenant work, all in accordance with the requirements of the Contract Documents. 1.02 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of other requirements of the specifications, all work specified herein shall conform to or exceed the requirements and applicable requirements of the following documents to the extent that the provisions of such documents are not in conflict with the requirements of this Section 1. Architectural Aluminum Manufacturers Association (AAMA) Specifications 2GD-A2HP. 2 . National Association of Architectural Metal Manufacturers (NAAMM). 3. Windload test in accordance with ASTM E 330. 1.03 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures , submit the following: 1. Shop drawings indicating details of construction , and connections . 2 . Schedules showing sizes , types, finishes, locations, assembly methods, hardware and building location. 3. Manufacturer's specifications and installation instructions. 4 . Certification that doors meet wind design criteria. 1.04 DELIVERY, STORAGE AND HANDLING A. Materials shall be boxed or crated and protected prior to shipment from the factory . Protection shall be arranged to protect all hardware which may be attached. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 08 11 16 -1 ALUMINUM DOORS AND FRAMES PART 2 -PRODUCTS 2.01 ALUMINUM DOORS A. Provide doors designed and manufactured by Kawneer, Cline or Special Lite, or approved equal. B. Design doors to resist wind load as required by the Building Code. C. Materials of construction: 1. Standard Face Skins: Smooth, aluminum sheets of 5005-H14 alloy. 2. Skin: Minimum 0.024 inch thick, with a minimum tensile strength off 22,000 psi. 3 . Core : polyurethane insulation. 4. Internal Reinforcing Members : Extruded aluminum alloy 6063-T5, minimum wall thickness 0.125 inch. 5. Edge Reinforcing Members : Extruded aluminum alloy 6063-T5, minimum wall thickness 0.250 inch. 6. Shock Plate: 1/8 inch oil-tempered hardboard. 7. Fasteners : Non-corrosive and as recommended by manufacturer. 8 . Sealants: Non-staining and as recommended by manufacturer. D. Hardware shall be of type recommended and designed for use with door and meet the following requirements: 1. Doors shall be swinging type, with mortise hardware. Cylinder shall be coordinated with Section 08 71 00 -Finish Hardware. Provide weatherstripping at head, jamb and sill. 2.02 ALUMINUM FRAMES A. Aluminum frames shall be extruded from 6063-T5 aluminum alloy, with a minimum wall thickness of .125 inches . Frames shall be designed by the manufacturer to accommodate door and to meet wind load requirements . B . Adequately reinforce frame to receive hardware. Reinforcements shall be 6061-T6 aluminum and not less than 1 /4 inch thick . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 11 16 -2 ALUMINUM DOORS AND FRAMES 2.03 ANCHORS A. Jamb anchors in unit shall be as recommended by manufacturer. Space anchors maximum of 24 inches on center . 2.04 FINISH A. Doors and Frames: High performance organic coating Kynar/Polyvinylidene Fluoride (PVDF); MMA 605.2. B . Color: Color to be selected by Owner. PART 3 -EXECUTION 3.01 GENERAL A. Workmanship and installation shall be in accordance with referenced standards. Field dimensions, conditions, and coordination with adjoining work shall be verified prior to fabrication . 3.02 INSTALLATION A. General : The doors shall be securely anchored in a straight, plumb, and level condition without distortion of frame or panel components and in strict accordance with the manufacturer's published installation details and instructions. B. Door Operation: Door shall operate freely, smoothly and quietly. Doors shall have a 3/32 inch head and jamb clearances with 1 /32 inch tolerance. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 11 16 -3 ALUMINUM DOORS AND FRAMES CONFORMED , 12/0 1/2022 THIS PAGE INTENTIONALLY LEFT BLANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 11 16 -4 ALUMINUM DOORS AND FRAMES PART 1 -GENERAL SECTION 08 51 13 ALUMINUM WINDOWS AND FRAMES 1.01 THE REQUIREMENT A. Furnish labor, materials , equipment and appliances required for complete execution of Work shown on Drawings and specified herein . 1. Fixed aluminum windows with insulated glass. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 07 90 00 -Joint Fillers, Sealants and Caulking B . Section 08 80 00 -Glass and Glazing 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of these specifications, the Work shall conform to the applicable requirements of the following documents: 1. ASTM E 283 -Test Method for Rate of Air Leakage Through Exterior Windows, Curtain Walls , and Doors 2 . ASTM E 330 --Test Methods for Structural Performance of Exterior Windows , Curtain Walls and Doors by Uniform Static Air Pressure Difference 3. ANSI/AAMA 101 -Voluntary Specification for Aluminum Sliding Doors and Windows 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures, submit the following: 1. Manufacturer's Literature 2 . Shop Drawings shall include , but not be limited to: a. Complete assembly, layout and installation drawings and schedules with clearly marked dimensions. Drawings shall indicate gages, sizes , shapes of members , methods of shop joinery, field assembly and connections to abutting construction. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 51 13 -1 ALUMINUM WINDOWS AND FRAMES b . Detail drawings indicating reinforcement and stiffening members required. c. Detail drawings of all required anchoring and fastening devices . 3 . Test Reports: Submit certified independent laboratory test reports verifying compliance with all test requirements and structural calculations prepared by registered Structural Engineer and indicating adequacy of all installed materials to meet the uniform and structural load requirements as specified . 4 . Samples shall include : a. Finish samples . PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Specifications, provide fixed or operable windows and accessories manufactured by one of the following: 1. Three Rivers Aluminum Company (TRACO), 2 . Kawneer 3. Peerless Products, Inc. 4 . EFCO Corporation 2.02 GENERAL A . Field verify all dimensions and conditions affecting the Work before fabrication of windows. B. Incorporate head and sill receptors , and water deflectors to provide internal drainage . Utilize stainless , or other steel non-corrosive fasteners. C. Set windows in their correct locations level , square , plumb and at proper elevations and in alignment with other Work . D. Isolate aluminum surfaces in contact with dissimilar metals with a bituminous coating or other approved isolator. E. Seal joints weather tight. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 5113 -2 ALUMINUM WINDOWS AND FRAMES F. Design frame assemblies and glazing attachments to withstand a minimum uniform wind load of 40 lbs. per square foot. The maximum deflection permitted in any span shall be 1/175 of the span. G. Coordinate Work with Section 08 80 00 -Glass and Glazing . 2.03 MATERIALS A. Provide windows with AAMA "Quality Certified" label in accordance with ANSI /AAMA 101 , performance class P-HC40 or better and the following requirements : 1. Aluminum shall be of commercial quality and of proper alloy for window construction , free from defects impairing strength and durability. All extruded sections shall be of 6063-T5 alloy temper with a minimum ultimate tensile strength of 22 ,000 P.S.I. and a yield of 16,000 P .S.I. 2. Air infi ltration -ASTM E-283 shall not exceed .06CFM per s.f. of fixed area . 3 . Water infiltration -ASTM E331 -no water infiltration at a test pressure of ten PSF. B. Glazing Materials: Material compatible with aluminum and those sealants and sealing materials used in composite structure which have direct contact with the sealing gasket. Standard exterior glazing material shall be glazing tapes in accordance with AAMA 806- 1. Interior glazing shall be with aluminum glazing beads of the snap-in type and compression wedge of dense elastomer per ASTM C864. C . Finish: Exposed surfaces shall be free of scratches and other serious blemishes and rece ive a three coat finish which complies with AAMA 2605-05 . The finish shall include a 1.6 mil fluoropolymer coat and a clear lacquer fin ish coat. Color shall be as selected by Owner. D. Fabrication: All framing shall be a minimum of 3 inches in depth. Frame and ventilator extrus ions shall have a minimum wall thickness of .080 inches, of one part construction incorporating a thermal barrier. Corner construction shall be mitered with clip , epoxy , stake attachment. All frame corners and meeting rail intersections shall be coped and tenon joined and forged. All corners and intersections shall be made permanently leak proof. Minimum depth of glaz ing rabbet shall be 3/4 inches (19.1 ). Each window shall be pressure equalized to direct water to the exterior through baffled weeps . PART 3 -EXECUTION 3.01 INSTALLATION A. Installation shall be by a manufacturer's autho rized installer and in accordance with AMMA specifications and manufacturer's recommendations. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 51 13 -3 ALUMINUM WINDOWS AND FRAMES B . Anchor windows in place straight, plumb and level. Installation shall permit the windows to expand and contract horizontally and vertically without buckling or other harmful effects . No frame member shall be allowed to contact the structural lintel or beam over the window opening . Minimum clearance shall be 1/4 inch or as recommended by the manufacturer. Flexible anchors shall be installed to take up deflection. All metal-to-metal joints shall be made tight and properly sealed for weather tightness . C . Adjust for proper operation after glazing installation is completed . Final adjustment shall be made when project is completed. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 5113 -4 ALUMINUM WINDOWS AND FRAMES PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 08 71 00 FINISH HARDWARE A. Furnish all labor, materials, equipment and appliances required for the complete execution of Work as shown on Drawings and specified herein. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 08 11 13 -Steel Doors and Frames 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of these specifications, the Work shall conform to the applicable requirements of the following documents: 1. ANSI/BHMA 156 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures, submit the following: 1. Manufacturers data for each item of hardware. Include installation and maintenance instructions. 2 . Furnish templates to fabricators of other work which is to receive hardware. 3. Hardware schedule organized into "hardware sets," indicating complete designation of every item required for each door or opening. Furnish initial draft of schedule at the earliest possible date, in order to facilitate the fabrication of other work (such as hollow metal frames) which may be critical in the project construction schedule. Furnish final draft of schedule after samples, manufacturer's data sheets, coordination with shop drawings for other work, delivery schedules and similar information has been completed and accepted. 4. Prepare a keying schedule in consultation with the Owner. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 71 00 -1 FINISH HARDWARE 1.05 QUALITY ASSURANCE A. Provide materials, assemblies, equipment, and services from a single source for each category except that locksets, latch sets and cylinders must originate from the same manufacturer. B. Replace any item of finish hardware which cannot be installed or will not function properly . C. Provide hardware complying with NFPA 80 and UL labeled for fire rated openings . D. Furnish templates or information to door and frame manufacturer. Coordinate between the manufacturers where two or more articles of hardware are to be mounted on the same door. Verify all dimensions , new and existing . E. Coordinate hardware with other work. Furnish hardware items of proper design for use on doors and frames of the thicknesses, profile, swing , security and similar requirements indicated, as necessary for proper installation and function . 1.06 DELIVERY, STORAGE AND HANDLING A. Handle , store, distribute, protect and install hardware in accordance with manufacturer's instructions or recommendations . Deliver packaged materials in original containers with seals unbroken and labels intact. B. Properly mark or label , so each piece of hardware is readily identifiable with the approved hardware schedule . Tag each change key or otherwise identifying the door of which its cylinder is intended . Where double cylinder functions are used or where it is not obvious which is the key side of a door, appropriate instructions shall be included with the lock and hardware schedule. C . Provide secure storage area for hardware . PART 2 -PRODUCTS 2.01 MATERIALS AND FABRICATION A. Hand of Door 1. Drawings show swing or hand of each door leaf (left , right , reverse bevel, etc .). Furnish hardware for proper installation and operation of door. B . Manufacturer's Name Plate CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 7 1 00 -2 FINISH HARDWARE 1. Do not use manufacturer's products which have name or trade name displayed in a visible location (omit removable nameplates), except in conjunction with required UL labels. C. Base Metals 1. Produce hardware units of the basic metal and forming method indicated , using manufacturer's non-corrosive metal alloy, composition, temper and hardness but in no case of lesser quality material than specified. D . Fasteners 1. Manufacture hardware to conform to published templates , generally prepared for machine screw installation. Do not provide hardware which has been prepared for self-tapping sheet metal screws , except as specifically indicated. 2 . Furnish stainless steel fasteners for installation with each hardware item. Exposed finish (under any condition) to match hardware finish or surfaces of adjacent work. Match the finish of adjacent work as closely as possible, including surfaces to receive painted finish. 3. Provide fasteners which are compatible with unit fastened and the substrate , and which will not cause corrosion of deterioration of finish hardware , base material or fastener. E . Tools for Maintenance 1. Furnish a complete set of specialized tools as needed for Owner's continued adjustment, maintenance , removal and replacement of builder's hardware . F. Hardware Fi nishes 1. Stainless steel , US32D unless otherwise noted . 2. Closers shall have a USP fin ish unless otherwise noted . G . Field Checks 1. Make periodic checks during installation of finish hardware to ascertain the correctness of the installation. After completion of the work , certify in writing , that all items of finish hardware have been installed , adjusted and are functioning in accordance with Specification requirements . 2.02 DESCRIPTION OF PRODUCTS A. Hinges CONFORMED , 12/0 1/2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 08 71 00 -3 FINISH HARDWARE 1. Stainless steel full mortise concealed oil impregnated ball bearing type, five knuckle with non-rising pins for interior doors, and non-removable and non-rising pins for exterior doors. Tips shall be flat. 2 . Sizes and weights of hinges: a. Doors up to 36 inches -4-1/2 inches regular weight. b. Doors 36 inches to 40 inches - 5 inches regular weight. c . Doors 40 inches to 48 inches - 5 inches heavy weight. d. Fire Rated Doors up to 36 inches -5 inches regular weight. 3. Provide three hinges per door leaf up to and including 90 inches and one additional hinge for each 30 inches of additional height. 4. Acceptable Manufacturers: Stanley Hardware, Hager Hardware B . Locksets and latch sets 1. Stainless steel, heavy-duty mortise type conforming to ANSI A 156.13 Series 1000 , Grade 1. 2. Wrought steel box strikes . 3 . Stainless steel deadbolt with 1" throw approval. 4. 2 3/4 inch back set, 3/4 inch throw, two-piece anti-friction latch bolt. 5 . Non-ferrous critical internal parts. 6. Cylinders shall be manufactured to conform to grand master key program . 7. Trim Design: LWM with wrought escutcheon by Corbin\Russwin or equal lever with return . Provide knurling on all levers leading into hazardous rooms and electrical rooms. 8 . Acceptable Manufacturers : Yale, Corbin\Russwin, Schlage C . Keys and Keying 1. Provide construction keyed, removable core master key system as directed by the Owner. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 08 71 00 -4 FINISH HARDWARE 2 . Furnish ten core removal keys and a quantity of master keys as directed by the Owner, not to exceed ten each per group. Furnish a minimum of 15 change keys per cylinder. 3. Furnish cylinders compatible with Owner's master key system . 4. Acceptable Manufacturers: Yale, Corbin\Russwin, Schlage D. Closers 1. Cast iron case with seamless one-piece forged steel spring tub. 2. Heavy duty forged steel arm . 3. Non-sized fully adjustable from size 1-6. 4 . Backcheck intensity and location valves . 5. Delayed action closing . 6. Full metal cover. 7. Mechanical hold open device, except at fire rated doors . 8. ANSI 156.4 , Grade 1. 9. Conforms to ADA 5 lbf. maximum door opening force requirement for non-fire rated interior doors . 10 . Provide mounting brackets, and fasteners required for proper attachment. 11 . Provide closers at fire rated doors . 12 . Acceptable manufacturers : Corbin/Russwin , LCN , Norton E. Flush Bolts 1. U.L. listed . 2. Forged brass construction , 1 /2" diameter flattened bolt tip, 12" long rod . 3. Fit standard ANSI door preparation . 4 . Acceptable manufacturers: Glynn-Johnson , Hager Hardware , and H.B. Ives . F. Coordinator 1. U.L. labeled and tested for 100 ,000 cycles . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 08 7 1 00-5 FINISH HARDWARE 2. Stop mounted , provide filler strips to fully cover stop . 3. Adjustable holding power and override feature . 4 . Acceptable manufacturers: Gylnn-Johnson, Hager Hardware, and H.B. Ives. G . Kickplates 1. Stainless steel, 0.050" thick , beveled 3 sides , 8" high , width 2 inches less than door width. 2. Acceptable manufacturers: H.B. Ives, Hagar Hardware , and Builders Brass Works. H. Silencers 1. Rubber silencers : 3 for each single door and 2 for each double doors. 2. Rubber Silencers at fiberglass door locations shall be self-adhesive type. 3 . Acceptable manufacturers and products: (Hollow metal doors and frames): Glynn- Johnson Models 64 or 65 , Hager Hardware Models 308D or 307D , H.B . Ives Models 20 or 21 . 4 . Acceptable manufacturers and products : (Fiberglass doors and frames): H. B. Ives Model SR66 or equal. I. Thresholds 1. Extruded aluminum saddle type and fiberglass for opening with fiberglass door and frames . Provide with stainless steel fasteners . Six i nches wide or as shown on drawings. 2 . Acceptable manufacturers: Pemko , National Guard Products , Incorporated , and Zero International. Fiberglass threshold by fiberglass door and frame manufacturer. J. Door Bottom Seal 1. Extruded aluminum with neoprene seal. 2 . Acceptable manufacturers and products: Pemko Model 57 , Zero International Model 328 and National Guard Products , Inc . Model 96 . K. Weatherstripping 1. Extruded aluminum w ith neoprene seal. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MI XI NG , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 7 1 00 -6 FINISH HARDWARE 2. U.L. Labeled. 3. Acceptable manufacturers and products : Pemko Model 294, National Guard Products, Inc. Model 190, and Zero International Model 328. L. Knox Box 1. Furnish a Knox Box for emergency entry access mounted to main gate or as directed by the local fire official. Knox Box shall be Model required by fire official complete with spare key to unlock doors on site . PART 3 -EXECUTION 3.01 GENERAL A. Templates 1. After the hardware schedule is approved furnish to the various manufacturers, required blueprint templates for fabrication purposes. Templates shall be made available not more than ten (10) days after receipt of the approved hardware schedule . B. Packaging and Marking 1. Ship hardware with proper non-corrosive fastenings for secure application . Each package of hardware shall be legibly marked indicating the part of the work for which it is intended. Markings shall correspond with the item numbers shown on the approved hardware schedule . Keys shall be tagged within each package set and plainly marked on the face of the envelope with the key control number, door designation and all identification as necessary. 3.02 INSTALLATION A. Install hardware in a manner which will eliminate cracks on surfaces. B . Mount hardware units at heights recommended in "Recommended Locations for Builders Hardware" by BHMA, except as otherwise indicated or required to comply with governing regulations . C . Install each hardware item in compliance with the manufacturer's instructions and recommendations . Do not install surface-mounted items until finishes have been completed on the substrate . D. Set units level , plumb and true to line and location. Adjust and reinforce the attachment substrate as is necessary for proper installation and operation. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 08 71 00 -7 FINISH HARDWARE E. Drill and countersink units which are not factory-prepared for anchorage fasteners. Space fasteners and anchors in accordance with factory standards. F. Cut and fit thresholds and floor covers to profile of door frames , with mitered corners and hair-line joints . Join units with concealed welds or concealed mechanical joints. Cut smooth openings for spindles, bolts and similar items, if any. G. Screw thresholds to substrate with No. 10 or larger screws, of the proper type for permanent anchorage and of bronze or stainless steel which will not corrode in contact with the threshold metal. H. Set thresholds in a bed of either butyl rubber sealant or polyisobutylene mastic sealant to completely fill concealed voids and exclude moisture. Do not plug drainage holes or block weeps . Remove excess sealant. 3.03 ADJUST AND CLEAN A. Adjust and check each operating item of hardware and each door to ensure proper operation or function. Lubricate moving parts as recommended by manufacturer. Replace units which cannot be adjusted to operate freely and smoothly as intended for the application . B. Final Adjustment 1. One week prior to acceptance or occupancy make a final check and adjustment of all hardware items. Clean and relubricate operating items as necessary to restore proper function and finish of hardware and doors. Adjust door control devices and compensate for final operation of heating and ventilating equipment. C. Instruct Owner personnel in proper adjustment and maintenance of hardware and hardware finishes , during the final adjustment of hardware . 3.04 HARDWARE SETS A. The door hardware sets on the Drawings indicates functional and general requirements . Items shall be quality and finish as specified. Hardware set identification refers to set numbers indicated on the Drawings. Provide hardware required to meet Code requirements. Consult Drawings for set number required. B . Hardware shall be as follows: Set 1 CONFORMED , 12/01 /2022 Table 1: Hardware Sets Items 1. Hinges 2. Classroom Lockset FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 71 00 -8 FINISH HARDWARE Set 2 CONFORMED , 12/0 1/2022 Items 3 . Overhead Door Closer Holder (each leaf) 4 . Flush Bolts 5 . Coord inator 6 . Kickplate 7 . Threshold 8 . Door Bottom Seal 9 . Weatherstripping 10. Astragal w/Weatherstri pping 1 . Hinges 2 . Classroom Lockset 3 . Door Closer 4 . Kickplate 5 . Threshold 6 . Door Bottom Seal 7 . Weatherstripping END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 71 00 -9 FINISH HARDWARE THIS PAGE INTENTIONALLY LEFT BLANK PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 08 80 00 GLASS AND GLAZING A. Furnish all labor, materials, equipment and appliances required for the complete execution of Work as shown on Drawings and specified herein. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 08 11 16 -Aluminum Doors and Frames B. Section 08 51 13 -Aluminum Windows and Frames 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the requirements of these specifications, the Work shall conform to the applicable requirements of the following documents: 1. CPSC 16 CFR1201 "Safety Standard for Architectural Glazing Materials." 2 . ANSI 297.1 "Performance Specifications and Methods of Test for Safety Glazing Material Used in Buildings ." 3. North American Glazing Association "Glazing Manual." 4 . Underwriters' Laboratories "Building Materials Directory." 1.04 SUBMITTAL$ A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures , submit the following: 1. Sample of each type of glass and color chart . 2. Complete layout and installation drawings and schedules with clearly marked dimensions. 3. Manufacturer's technical descriptions and reports for glass and glazing. 1.05 JOB CONDITIONS A. Check openings to verify that frames are plumb and true, square and secure. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 08 80 00 -1 GLASS AND GLAZING B. Take field dimensions for cutting glass and fabricating units. C . Do not install glazing when ambient temperature is less than 50 degrees F. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials in the manufacturer's original unopened labeled containers, clearly marked with their name and brand . Transport large panes of glass in vertical position with spacers to prevent contact between panes and edges. B. Store glass in a dry , well-ventilated location at a constant temperature , maintained above dew point. Handling shall be kept to a minimum. Protect glass from soiling, condensation , or moisture of any kind . PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A Subject to compliance with the Specifications provide products manufactured by one of the following : 1. PPG Industries 2 . Libby -Owens -Ford 3. Card inal IG 2.02 MATERIALS A Primary glass shall meet the requirements of ASTM C1036-90 . Heat treated glass shall meet the requ i rements of ASTM C1048-90. B. Tempered glass shall be plate or float glass tempered by a special heat process and 1/4-inch thick or as noted on Drawings. Tempered glass shall meet the requirements of ANSI Z97 .1 and Consumer Product Safety Commission 16 CFR 1201 . Tempered glass shall be used for all applications , unless otherwise noted. C . Insulating glass shall be Low-E preassembled units of glass enclosing a hermetically sealed dehydrated air space and certified through the Insulating Glass Certification Council (IGCC) in accordance with ASTM E-2190 , E-2188. G lass shall be made from tempered glass , or heat-strengthened glass were recommended by manufacturer for application indicated . The unit shall consist of a t inted 1/4" thick exterior light, 1/2" air space and 1 /4" thick clear interior light. Sealing system shall consist of metal spacer with bent or soldered corners , butyl primary and silicone secondary seal. Desiccant shall be manufacturer's standard . Exterior pane shall be tinted , and color shall be selected by the Owner from manufacturer's full range of colors. Exterior glass shall be insulated. FWN V ILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/0 1/20 22 08 80 00-2 GLASS AND GLAZING D. Glazing materials shall be a resilient , non-hardening glazing compound of either a polysulfide or a silicone type . Materials shall not contain any solvents and shall be 100% solids . Oil base putty shall not be used. Glazing compounds shall not be thinned with chlorinated solvents or benzene related compounds . Glazing tape may be used where , and as, recommended by the manufacturer. The color of all exposed glazing materials shall harmonize with the window units. E. Setting blocks and spacer shims shall be a non-sta i ning material as recommended by the glass manufacturer. PART 3 -EXECUTION 3.01 GENERAL A. Determine glass sizes by measuring the frames to receive the glass at the site . Comply with the manufacturer's specified tolerances for each type of glass including cutting tolerance , min i mum edge clearance , minimum face clearance , and cover on glass . B. The edges of all tempered and insulating glass shall be protected from damage and edges shall not be modified in any way after the glass leaves the factory. Nipping of any glass to reduce size shall not be permitted . C . Deliver glass with manufacturer's labels showing type, thickness and quality of material (and U.L. label as required). These labels shall not be removed until the glass is set and final approval has been secured . 3.02 INSTALLATION A. Sheet glass shall be cut and set with waves running horizontally. B. All glass shall be set in such manner as to avoid possibility of breakage. C . Rabbets shall be thoroughly cleaned and shall have been prime coated before glass is set. D. Glass shall be well bedded and back glazed , and all surplus compound and markings shall be carefully removed from doors , sash and adjoining work , while still fresh . Compound shall be finished in true , even lines , neatly and smooth faced . Set glass in strict accordance with the manufacturer's printed directions. E . All glass when set and glazed shall be free from rattle and be watertight. F . Glazing molds shall be removed and replaced in their correct locations in such a manner as not to mar molding or the screws securing same . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 08 80 00 -3 GLASS AND GLAZING 3.03 PROTECTION AND CLEANING A. Before and after installation, all work shall be properly protected against damage. B . On completion and prior to turning the project over to the Owner, all metal work and glass shall be cleaned and left in perfect condition. Glass shall be washed outside and inside. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 08 80 00 -4 GLASS AND GLAZING PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 09 65 00 RESILIENT FLOORING A. Furnish all materials and labor required to complete the work required for the complete execution of the work including but not limited to: 1. Vinyl Composite Tile in electrical rooms and spaces designated "VCT" on Finish Schedule on the Drawings . 2. Rubber Base in rooms and spaces receiving "VCT" and placed on walls , curbs, bases where VCT terminates at a vertical surface. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 03 30 00 -Cast-In-Place Concrete 1.03 REFERENCE SPECIFICATION, CODES AND STANDARDS A. ASTM F 1066 -Standard Specification for Vinyl Composite Floor Tile B. ASTM F 1861 -Standard Specification for Resilient Wall Base C. ASTM E 84 -Test Method for Surface Burning Characteristics of Building Materials 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures, submit the following: 1. Samples of each product clearly marked to show the manufacturers name, product identification, color and pattern 2. Manufacturer's technical literature, installation instruction and maintenance instructions . 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver manufactured materials in original, unbroken packages, containers or bundles bearing the name of the manufacturer. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF, DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 09 65 00 -1 RESILIENT FLOORING "' :::: w B . Carefully store as recommended by the manufacturer in an area that is protected from the elements . Storage shall be in a manner that will prevent damage to the products and marring of their finishes. 1.06 EXTRA STOCK A. Provide 1 carton of extra material to Owner. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. The following manufacturers are approved for use. 1. Armstrong World Industries, Inc. 2. Mannington Commercial 3. Azrock Products, Inc. 2.02 ACCESSORY MATERIALS A. The Owner will select the color and texture from the manufacturer's full range of materials within each category specified . More than one color or texture of each material may be selected. B. Accessory materials which are necessary for proper installation and for problem areas shall be as recommended or specified in the manufacturer's published specifications and installation instructions. C . Adhesives shall be solvent-free premium latex adhesive and be approved by the manufacturer of the floor covering or wall base being used . The adhesive shall be resistant to both alkali and moisture and shall be capable of securely holding the floor covering or wall base firmly in place and hermetically sealing and binding the joints . Adhesive shall comply with SCAQMD Rule 1168. 2.03 MATERIALS A. Vinyl-Composition Tile shall conform to ASTM F 1066, Class 2, 12 inches x 12 inches x 1 /8 inch thick, asbestos free . Colors shall be selected from manufacturer's full range of colors by the Owner. B . Rubber base shall meet requirement of ASTM F 1861-98, Group 2, Style B, Type TP, top-set cove type, 1/8 inch thick in heights indicated on the Drawings . Provide premolded internal and external corners and end pieces . Colors shall be selected from manufacturer's full range of colors by the Owner. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 65 00 -2 RESILIENT FLOORING C. Edge strips shall be one inch wide by 1/8 inch thick with one edge beveled and rounded. Edge strips shall be extruded vinyl as produced by the manufacturer of vinyl flooring . D. Underlayment, primers and adhesives shall be of the waterproof type, compatible with materials with which used and as manufactured or recommended by the approved flooring manufacturer. PART 3 -EXECUTION 3.01 PREPARATORY WORK A. Prior to commencing any Work, test the substrate for moisture to ascertain its acceptability to receive the finish flooring. Remove all dirt , grease, oil and other foreign matter which might impair the proper bond of materials . Do all straightening, leveling and smoothing as required for level floor . Inspect dividing and edging strips for position and elevation . B. Commencement of any Work of this Section will be construed to mean that all surfaces and conditions were found to be acceptable and subsequently will be construed as a waiver to any claim to the contrary. 3.02 INSTALLATION A. Install in strict accordance with the manufacturer's specifications and instructions governing each type of flooring . B. Lay all flooring flush with adjacent surfaces whether or not surfaces are similar or dissimilar. Where the substrate requires filling or building-up to produce flush surfaces with adjacent material , such work shall be done in an approved manner, without additional cost to the Owner. 1. Remove excessive cement and all stains from the surfaces . C . Cutting of flooring shall be neatly done and closely fit , with all contours neatly scribed and cut. D . Joints shall be as tight and inconspicuous as possible with all surfaces smooth, straight and free from buckles , waves or projecting edges. 1. Lay joints parallel and at right angles to surrounding walls, symmetrical about the center line of the room. E. Sheet flooring shall be installed with heat welded seams . Install with flash cove 4" tall with stainless steel cove cap and in accordance with manufacturer's requirements. CONFORMED, 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 65 00 -3 RESILIENT FLOORING 3.03 CLEANING, WAXING AND POLISHING A. After installation thoroughly clean off any surface dirt or dust then wax and buff dry by machine, bringing the surface to a sheen . Inspect the work and make immediate adjustment, after the final buffing. All tile showing broken edges, corners, or fracture lines partially or entirely across their surface, shall be carefully removed and new materials of same color and thickness installed. 3.04 REPLACEMENT MATERIAL A. Provide one additional box of each type, color and pattern of resilient flooring and base used on the project and store them where directed by the Owner. CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 65 00 -4 RESILIENT FLOORING SECTION 09 80 00 CONCRETE PROTECTIVE COATINGS-COMPOSITES PART 1 -GENERAL 1.01 SUMMARY A. The CONTRACTOR shall furnish all labor, materials, equipment, and incidentals necessary to apply protective coatings as shown on the Plans or as specified herein . B. Protective coatings shall be applied on interior surfaces of the sludge draw-off box, concrete surfaces at the condensate vault sump, and at other locations shown on the drawing per manufacturer's written instructions . C. All repairs to concrete and substrate preparation required for concrete surfaces per specification shall be warranted by the Coating manufacturer. 1.02 MEASUREMENT AND PAYMENT A. Measurement 1. This Item is considered subsidiary to the structure or Items being placed. B. Payment 1. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. Certified in compliance with ISO 9001 Quality Standards for formulation (research and development), manufacture , and technical support. 2 . Manufacturer must have a local authorized NACE certified coating inspector on site when required by OWNER during critical phases of installation process. 3. Products shall be manufactured in the United States. 4 . Manufacturer shall have a minimum of ten (10) years successful applications of the protective coatings specified herein on similar applications. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO .102652 CONFORMED , 12/01/2022 09 80 00-1 CONCRETE PROTECTIVE COATINGS-COMPOSITES 5 . Manufacturer must supply a list of references outlining structures coated and proof of successful application . B. Applicator's Qualifications : 1. Shall be qualified in this line of work and have at least ten (10) years documented experience in concrete repair/restoration . 2. Shall have a minimum of ten (10) years documented experience in the application of the protective coatings specified herein . 3. Shall have a minimum of ten (10) years of documented successful installations of the specified products, on structures and/or equipment similar to this project. Submit a list of recent projects and names of references . 4 . Applicator must be Manufacturer certified prior to bid submission. C . Testing : Protective coatings shall be applied under quality control procedures that include inspection of surface preparation before each coat. Do not proceed with the next step until the OWNER has approved the previous step . The CONTRACTOR shall be solely responsible for testing for this section , at no further cost to the OWNER . The ENGINEER shall also make such tests if it is considered necessary. Cooperate with the OWNER, providing equipment, scaffolds , and other equipment as requested by the OWN ER D. Protective coatings shall be applied under quality control procedures that include the following test procedures . 1. Pre-installation testing : a. Surface profile test equal to ANSI/NACE/ICRI standards for specified substrate . b . pH testing for acidification of concrete c . Chloride testing for soluble salts d . Ultraviolet light testing for hydrocarbon residues e. Hydration testing for moisture content 2 . In-process testing (daily): The following tests shall be performed during the application stage . All testing shall be documented daily and submitted to Owners representative prior to commencing work. a. Surface temperature FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO .102652 CONFORMED , 12/01/2022 09 80 00-2 CONCRETE PROTECTIVE COATINGS-COMPOSITES b. Relative humidity c . Ambient temperature d. Dew point 3. Post-installation : The following tests shall be performed after installation per manufacturer recommendations. All post installation testing shall be documented and submitted to Owners representative after completion of work . a. High voltage spark testing for pinhole/holiday free verification b. Dolly adhesion pull-off for surface preparation/application/cure verification c. Visual surface for irregularities E. All testing shall be documented and submitted to OWNER after completion of work. 1.04 SURFACE PREPARATION (Concrete) A. All surfaces to receive coating shall be dry abrasive blasted to profile equal to ICRI CSP #3 or 60 grit sandpaper. B. All terminations (walls , floors, gates, pipe, and doors etc . shall be keyed back terminations to prohibit corrosion at seams. C . All leaking cracks and spalls shall be repaired per spec section 03 93 00 application of coatings . Provide bridged with suitable mesh prior to coating per manufacturer recommendations. 1.05 SU BM ITT ALS Submittals shall include : A. Manufacturer's product data sheet for each coating type, including surface preparation requirements, recommended spreading rates, application procedures, recommended primers, environmental limits (temperature, humidity, and dew point) and other instructions. B. Material Safety Data Sheets (MSDS) for all coatings, solvents , etc. C. Applicator's qualifications . D. Manufacturer's statement regarding applicator instruction on product use and application . 1.06 REFERENCE STANDARDS The publications listed below form a part of this specification to the extent referenced . The publications are referred to in the text by designation only . A. AMERICAN SOCIETY OF TESTING MATERIALS (ASTM) FWW VILLAGE CREEK WRF, DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO .102652 CONFORMED , 12/01/2022 09 80 00-3 CONCRETE PROTECTIVE COATINGS-COMPOSITES ASTM C307 ASTM C531 ASTM C579 ASTM C580 ASTM C868 ASTM C884 ASTM C1028 ASTM 0638 ASTM 0790 ASTM 01002 ASTM 04060 ASTM 04272 ASTM 04541 ASTM GB 2003 Standard Test Method for Tensile Strength of Chemical-Resistant Mortar, Grouts, and Monolithic Surfacings 2000 Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings , and Polymer Concretes 2001 Standard Test Method for Compressive Strength of Chemical-Resistant Mortars , Grouts , Monolithic Surfacings, and Polymer Concretes 2002 Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars , Grouts , Monolithic Surfacings, and Polymer Concretes 2002 Standard Test Method for Chemical Resistance of Protective Linings 1998 Standard Test Method for Thermal Compatibility Between Concrete and an Epoxy-Resin Overlay 1996 Standard Test Method for Determining the Static Coefficient of Friction of Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull-Meter Method 2003 Standard Test Method for Tensile Properties of Plastics 2003 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 2005 Standard Test Method for Apparent Shear Strength of Single-Lap-Joint Adhesively Bonded Metal Specimens by Tension Loading (Metal-to-Metal) 2001 Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser 2003 Standard Test Method for Total Energy Impact of Plastic Films by Dart Drop 2002 Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers 2003 Standard Test Methods for Cathodic Disbanding of Pipeline Coatings 1.07 JOB CONDITIONS A . Store coating materials at temperatures of between 50 and 90°F . B. The OWNER shall approve surfaces for application of coating at each stage. Any material that is coated prior to the OWNER's approval shall be stripped back and recoated . C. Environmental Conditions 1. Do not apply under conditions that are unsuitable for the production of good results. Do not begin application of coatings in areas where other F'WW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO .102652 CONFORMED , 12/0 1/2022 09 80 00-4 CONCRETE PROT ECT IVE COATINGS-COMPOSITES trades are working , or where construction activities result in airborne dust or other debris . Do not apply coatings in conditions which do not conform to the recommendations of coating manufacturer. 2 . Coatings shall only be applied when conditions fall within the parameters listed in manufacturer's printed data . 3. New concrete shall be cured for 30 days minimum before coating is applied. At surfaces where repair mortars are installed provide minimum curing as required by the mortar manufacturer. The coatings manufacturer shall determine the suitability of the surface for coating application prior to installation. D. Working Conditions 1. Provide adequate lighting at any location that coatings are being applied or testing is performed . Illumination shall be of sufficient intensity to achieve good results. Provide explosion-proof lighting when required . 2 . Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. 1.08 GUARANTEES A. Corrosion-resistant lining shall be guaranteed for a period of Five (5) years from the date of the OWNER's acceptance of the project. The warranty shall specify failure modes and substandard product performance, defined as "chemical attack or coating induced mechanical failure or improper installation leading to loss of adhesion from substrate. A manufacturer's warranty against defects and physical properties warranty is unacceptable. B . A warranty inspection shall be conducted annually for the entire warranty period with the manufacturer present. Any defective work discovered shall be corrected by the CONTRACTOR in accordance with specifications at no additional cost to the OWNER. Other corrective measures may be required during the warranty period. PART 2 -PRODUCTS 2.01 MANUFACTURERS A. Products shall be the following : 1. A.W . Chesterton , ARC 791 system. 2. Belzona, Magma Quartz System 2.02 MATERIALS CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO .102652 09 80 00 -5 CONCRETE PRO T ECTIVE COATINGS-COMPOSITES A. Primer: 1. Two component primer. 2 . Primer must be chemically unique from the top coat matrix. 3 . Primer must provide a recoat window of not less than 2 hours at 77oF . 4 . Primer shall be hydrophobic, moisture insensitive , have a low viscosity and be able to bond to wet concrete. B. Top Coat: 1. Color: Gray 2 . Matrix shall be a compounded epoxy resin reacted with modified aliphatic amine curing agent. 3. Composite shall utilize quartz reinforcements that have been pre- treated with a polymeric coupling agent. PART 3 EXECUTION 3.01 PREPARATION A. Prepare surfaces in accordance w ith manufacturer's written recommendations. B. New Concrete shall be cured for 30 days minimum before coating is applied . At surfaces where repair mortars are installed provide a minimum curing as required by the mortar manufacture r. The coatings manufacturer shall determ ine the su itability of the surface for coating application prior to installation . C . Remove all grease , oils , and grime by washing with an emulsifying a lkaline water-base cleaner . Follow with a thorough rinsing. D. Remove all surface contaminants including old coatings , chemical salts, dust , loose concrete , and the laitance layer by hydro-blasting , steel shot-blasting , scabbling , scarifying , or dry abrasive blast ing . Abrasives used for cleaning shall be used one time without recycling. E. Resulting surface must be structurally sound and free of contaminants prior to coating application . F . Pre-fill cracks in horizontal surfaces with mixed primer and cover with fiberglass or nylon mesh . For cracks in vertical surfaces , or in the upper 90 degree section of the pipe , pressure inject with a suitable injection system per manufacturer's recommendations. G . For coatings to be app l ied to slab on grade , if no vapor barrier is present, check s lab for vapor permeation . CONFORM E D , 12/0 1/2022 FWW VILLAG E CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO .102652 09 80 00-6 CON CR ETE PROTECT IVE COAT INGS-COMPOSITES 3.02 APPLICATION A. Primer 1. Properly mixed primer should be clear, not cloudy . 2. Apply primer with brush, roller, and squeegee or with spray equipment to the freshly prepared concrete surfaces. 3. Primer coat shall be a uniform wet coat with a wet thickness of 7 to 10 mils. 4. Do not prime more surface area than can be top coated within 4 hours. 5. Double prime vertical surfaces and areas where the concrete is porous. 6. To reduce the chance for vapor blistering or disbandment, do not install overlayment when the temperature of the concrete is rising. This may require installation in the evening or at night. B. Top Coat 1. Mixing: Material temperatures shall be between 70 and 90oF to facilitate mixing and application. 2 . Apply top coat shortly after application of primer while primer is still wet or tacky. This is normally within approximately 4 hours of primer application. 3. If the area to be coated is not wet or tacky, reprime the area . 4. Minimum application temperature is 50°F, or as recommended by the manufacturer. CONFORMED , 12/01/2022 5. Apply single coat at 250 mils dry film thickness (OFT). 6. Horizontal surfaces: a. Distribute over floor surface using screed guides and rigid bar, or screed box, not exceeding 4 feet in width. b. Rough screed a minimum of 0.25 inches and finish the surface using steel trowels. c. Large areas may be power troweled to achieve the required flatness and finish. 7. Vertical surfaces and pipelines (includes bottom of upper slab): a. Apply to vertical surfaces using a hawk and trowel, pressing the top coat firmly onto the surface to promote contact with the primer . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO .102652 09 80 00-7 CONCRETE PROTECTIVE COATINGS-COMPOSITES C . b. Finish the surface to the desired texture with a trowel. 8 . Remove all trowel marks and unevenness before the end of the "Working Time" (see curing schedule below). 9 . Top Coat is to be applied on upper 90 degrees of pipe inside PC 5- 8 influent pipelines. Curing Schedule: 50°F 60°F 77°F 90°F Foot Traffic 16 hrs 9 hrs 6 hrs 4 .5 hrs Light Load 24 hrs 19 hrs 11 hrs 8.5 hrs Full Load 72 hrs 42 hrs 24 hrs 19 hrs Full Chemical 19 days 13 days 7 days 5 days Note : Curing times shown shall be confirmed by the manufacturer 3.03 FIELD QUALITY CONTROL A. Certified manufacturer's representative shall be present to observe application of coating and after completion to inspect and certify that product was properly applied. B. Sound random areas where coating has been applied in accordance with manufacturer recommendations . C. The OWNER may, at his option, elect to have the surface preparation and application witnessed by his representative. The CONTRACTOR and manufacturer certified installer shall notify the OWNER sufficiently in advance of the dates that surface preparation and application will occur, so that the OWNER can make arrangements for his representative to be present. 3.04 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from coating operation from the site . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO .102652 09 80 00-8 CONCRETE PROTECTIVE COATINGS-COMPOSITES I PART 1 -GENERAL 1.01 THE REQUIREMENT SECTION 09 90 00 PAINTING A. Furnish labor, materials, equipment, and appliances required for complete execution of Work shown on Drawings and Specified herein. B. Section Includes: 1. Paint Materials 2 . Shop Painting 3. Field Painting a. Surface Preparation b. Piping and Equipment Identification c . Schedule of Colors d . Work in Confined Spaces e . OSHA Safety Colors 1.02 RELATED SECTIONS A. Section 40 05 97 -Piping and Equipment Identification Systems B . Section 07 90 00 -Joint Fillers , Sealants, and Caulking 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of these specifications, the Work shall conform to the applicable requirements of the following documents : 1. SSPC -The Society for Protective Coatings Standards a . SSPC-Vis 1 -Pictorial Surface Preparation Standards for Painting Steel Structures b. SSPC-SP2-Hand Tool Cleaning FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/0 1/2022 09 90 00 -1 PAIN T ING c. SSPC-SP3-Power Tool Cleaning d. SSPC-SP5/NACE 1 -White Metal Blast Cleaning e. SSPC-SP6/NACE 3 -Commercial Blast Cleaning f. SSPC-SP7/NACE 4 -Brush-off Blast Cleaning g. SSPC-SP10/NACE 2-Near-White Metal Blast h. SSPC-SP11 -Power Tool Cleaning to Bare Metal i. SSPC-SP13/NACE6 -Surface Preparation of Concrete 2 . ICRI -International Concrete Repair Institute 3. NACE -National Association of Corrosion Engineers 4. NAFP -The National Association of Pipe Fabricators 5 . ASTM 01737 -Test Method for Elongation of Attached Organic Coatings with Cylindrical Mandrel Apparatus 6. ASTM B117 -Method of Salt Spray (Fog) Testing 7. ASTM 04060 -Test Method for Abrasion Resistance of Organic Coating by the Taber Abraser 8 . ASTM D3359 -Method for Measuring Adhesion by Tape Test 1.04 SUBMITTALS A. In accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures , submit the following: 1. Manufacturer's literature and Material Safety Data Sheets for each product. 2 . Painting schedule identifying surface preparation and paint systems proposed . Cross-reference with Tables 9-1 and 9-2. Provide the name of the paint manufacturer, and name, address , and telephone number of manufacturer's representative who will inspect the work. Submit schedule for approval as soon as possible following the Award of Contract, so approved schedule may be used to identify colors and specify shop paint systems for fabricated items. 1.05 SYSTEM DESCRIPTION CONFORMED , 12/01 /2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 90 00 -2 PAINTING A. Work shall include surface preparation , paint application , inspection of painted surfaces and corrective action required, protection of adjacent surfaces , cleanup and appurtenant work required for the proper painting of all surfaces to be painted . Surfaces to be painted are designated within the Painting Schedule and may ihclude new and ex isting piping , miscellaneous metals, equipment, buildings, exterior fiberglass, exposed electrical conduit and appurtenances . B . Perform Work in strict accordance with manufacturer's published recommendations and instructions , unless the Engineer stipulates that deviations will be for the benefit of the project. C . Pa int surfaces which are customarily painted , whether indicated to be painted or not, with painting system applied to similar surfaces , areas, and environments, and as approved by Engineer. D. Piping and equipment shall receive color coding and identification . Equipment shall be the same color as the piping system. 1.06 QUALITY ASSURANCE A. Painting operations shall be accomplished by skilled craftsman and licensed by the state/commonwealth to perform painting work . B. Provide a letter indicating that the painting applicator has five years of experience , and 5 references which show previously successful application of the specified or comparable painting systems . Include the name , address, and the telephone number for the Owner of each installation for which the painting applicator provided services. 1.07 STORAGE AND DELIVERY A. Bring materials to the job site in the original sealed and labeled containers . B. Container label to include manufacturer's name , type of paint , brand name , lot number, brand code , coverage , surface preparation , drying time, cleanup requirements , color designation , and instructions for mixing and reducing . C . Store paint materials at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in ventilated area , and as required by manufacturer's instructions. PART 2-MATERIALS 2.01 GENERAL INFORMATION CONFORMED , 12/0 1/2022 FWW V ILLAGE CREEK WRF , DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 90 00 -3 PA INTING A. The term "paint" is defined as both paints and coatings including emulsions , enamels , stains , varnishes , sealers, and other coatings whether organic or inorganic and whether used as prime , intermediate , or finish coats . B. Purchase paint from an approved manufacturer. Manufacturer shall assign a representative to inspect application of their product both in the shop and field. The manufacturer's representative shall submit a report to the Engineer at the completion the Work identifying products used and verifying that surfaces were properly prepared , products were properly applied , and the paint systems were proper for the exposure and service . C. Provide primers and intermediate coats produced by same manufacturer as finish coat. Use only thinners approved by pa int manufacturer, and only within manufacturer's recommended limits. D. Ensure compatibility of total paint system for each substrate. Test shop primed equipment delivered to the site for compatibility with final paint system . Provide an acceptable barrier coat or totally remove shop applied paint system when incompatible with system specified and repaint with specified paint system. E. Use painting materials suitable for the intended use and recommended by paint manufacturer for the intended use . F. Require that personnel perform work in strict accordance w ith the latest requirements of OSHA Safety and Health Standards for construction . Meet or exceed requirements of regulatory agencies having jurisdiction and the manufacturer's published instructions and recommendations . Maintain a copy of all Material Safety Data Sheets at the job site of each product being used prior to commencement of work. Provide and require that personnel use protective and safety equ ipment in or about the project site . Prov ide respiratory devices , eye and face protection , ventilation , ear protection , illumination and other safety devices required to provide a safe work environment. 2.02 ACCEPTABLE MANUFACTURERS A. Subject to compliance with the Specifications , prov ide products from one of the following manufacturers: 1. Tnemec Company Inc. 2 . Ameren 3 . CARBOLINE 4. Sherwin-Williams CONFORMED , 12/0 1/2022 FWW VI LLAGE CREEK WR F , DIGESTER MI XI NG , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 90 00 -4 PAINTING 5 . International PART 3 -EXECUTION 3.01 SHOP PAINTING A . Shop prime fabricated steel and equipment with at least one shop coat of prime paint compatible with finish paint system specified . Prepare surface to be shop painted in strict accordance with paint manufacturer's recommendations and as specified . Finish coats may be shop applied , if approved by the Engineer. Package , store and protect shop painted items until they are incorporated into Work . Repa ir painted surfaces damaged during handling , transporting , storage , or installation to provide a painting system equal to the original painting received at the shop. B. Identify surface preparation and shop paints on Shop Drawings . Verify compatibility with field applied paints . 3.02 SURFACE PREPARATION A. General 1. Surfaces to be painted shall be clean and dry, and free of dust, rust , scale , and foreign matter. No solvent cleaning , power or hand tool cleaning shall be permitted unless approved by the Engineer. 2 . Protect or remove , during painting operations , hardware , accessories , machined surfaces , nameplates , lighting fixtures , and similar items not intended to be painted prior to cleaning and painting. Reposition items removed upon completion of painting operations. 3 . Examine surfaces to be coated to determ i ne that surfaces are suitable for specified surface preparation and painting . Report to Engineer surfaces found to be unsuitable in writing. Do not start surface preparation until unsuitable surfaces have been corrected. Starting surface preparation precludes subsequent claim that such surfaces were unsuitable for the specified surface preparation or painting . 4 . Surface preparation shall be in accordance with specifications and manufacturer's recommendations . Provide additional surface preparation , and fill coats where manufacturer recommends additional surface preparation , in addition to requirements of specification . 5 . Touch-up shop or field applied coatings damaged by surface preparation or any other activity, with the same shop or field applied coating ; even to the extent of applying an entire coat when required to correct damage prior to application of the CONFORMED , 12/0 1/2022 FWW V ILLAGE CREEK WRF , DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 09 90 00 -5 PAINTING next coating . Touch-up coats are in addition to the specified applied systems , and not considered a field coat. 6 . Protect motors and other equipment during blasting operation to ensure blasting material is not blown into motors or other equipment. Inspect motors and other equipment after blasting operations and certify that no damage occurred , or where damage occurred , the proper remedial action was taken . 7. Field paint shop painted equipment in compliance with Color Coding and as approved by Eng ineer. B. Metal Surface Preparation 1. Prepare all welds to a minimum NACE weld preparation level "C" per NACE Standard SP0178 . Provide additional weld preparation where required by the coating manufacturer. Contractor shall provide NACE SP0178 weld mold visual aids on site for evaluation of all weld preparation. 2 . Conform to current The Society for Protective Coatings Standards (SSPC) Specifications for metal surface preparation . Use SSPC-Vis-1 pictorial standards or NACE visual standards TM-01-70 or TM-01-75 to determine cleanliness of abrasive blast cleaned steel. 3 . Perform blast cleaning operations for metal when following conditions exist: a . Moisture is not present on the surface . b. Relative humidity is below 80%. c . Ambient and surface temperatures are 5 °F or greater than the dew point temperature . d . Painting or drying of paint is not being performed in the area . e. Equipment is in good operating condition. f. Proper ventilation , illumination , and other safety procedures and equipment are be i ng provided and followed . 4. Abrasive blast ferrous metals to be shop primed, or component mechanical equ ipment in accordance with SSPC-SPS , White Metal Blast. 5. Abrasive blast field prepared ferrous metals in accordance with SSPC-SP10 , Near Wh ite Metal Blast, where metal is to be submerged , in a corrosive environment (includes preparation for Digester dome coatings , exterior and interior of dome), or in severe service . Provide a 3.0 mil minimum angular anchor profile unless FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 09 90 00 -6 PAINTING recommended otherwise by the coating manufacturer in writing. Contractor shall verify blast and angular profile requirements for the ambient conditions at time of application with the manufacturer. 6. Abrasive blast field prepared ferrous metals in accordance with SSPC-SP6 Commercial Blast, where metal is to be used in mild or moderate service, or non - corrosive environment. Provide a 1.5 mil minimum angular anchor profile unless recommended otherwise by the coating manufacturer in writing . 7. Clean nonferrous metals, copper , or galvanized metal surfaces in accordance to SSPC-SP1 , Solvent Cleaning , or give one coat of metal passivator or metal conditioner compatible with the complete paint system. Abrasive blast clean to increase mechanical adhesion in accordance with ASTM 06386 , Standard Practice for Preparation of Zinc (Hot-Dip Galvanized) Coated Iron and Steel Product and Hardware Surfaces for Painting when required by coating manufacturer. Provide a 1.5 mil minimum angular anchor profile unless recommended otherwise by the coating manufacturer in writing. 8 . Abrasive blast clean internal and external ductile iron pipe surfaces prior to coating in accordance with NAPF 500-03-04 , Surface Preparations Standard for Abrasive Blast Cleaning of Ductile Iron Pipe . Abras ive blast clean internal and external cast ductile iron and cast-iron fitting surfaces in accordance with NAPF-03-05. 9 . Prime cleaned metals immediately after cleaning to prevent rusting . 10. Clean rusted metals down to bright metal by abrasive blasting and immediately field primed. C. Concrete Surface Preparation 1. Cure concrete a minimum of 28 days at 75° F before surface preparation , and painting begins. Allow more time at lower temperatures if specified by paint manufacturer. 2. Test concrete for pH and salts using test methods recommended by the paint manufacturer. A minimum of one test per 1000 square feet of area to be coated shall be performed unless approved otherwise by Engineer. Do not begin surface preparation or painting until acceptable to manufacturer. 3 . Moisture content of concrete and masonry surfaces shall conform to manufacturer's recommended limits , and as listed in SSPC-SP13/NACE 6 Section 6 Acceptance Criteria Table 1. Floor surfaces to be coated shall be tested in accordance with ASTM F1869-Standard Test Method for Measuring Moisture Vapor Emission Rate of Concrete Subfloor Using Anhydrous Calcium Chloride or as required by the coating manufacturer. Moisture vapor transmission shall not FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 09 90 00 -7 PAINTING exceed three pounds per 1,000 square feet in a 24-hour period or less if specified by Coating Manufacturer. Vertical and horizontal overhead surfaces shall be tested in accordance with ASTM F2170 -Standard Test Method for Determining Relative Humidity in Concrete using in situ Probes (relative humidity shall not exceed 80% or as required by the coating manufacturer) or with ASTM 04263 - Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Test Method (test results shall be no moisture present). Engineer or Coating Manufacturer Representative shall specify all test locations. A minimum of one test per 1000 square feet of area to be coated shall be performed unless approved otherwise by Engineer. 4. Prepare concrete surfaces to receive coatings in accordance with NACE 6/SSPC- 13 -Joint Surface Preparation Standards and ICRI Technical Guidelines. Remove contaminants, open bug holes, surface voids, air pockets , and other subsurface irregularities using abrasive blasting, shot blasting, water jetting or mechanical abrading . Use dry, oil-free air for blasting operations. Surface texture after blasting shall achieve profile as required by manufacturer or where not defined by manufacturer, profile shall be a minimum ICRI-CSP 5 surface profile. Remove residual abrasives , dust, and loose particles by vacuuming or other approved method. 5. Surface defects, such as hollow areas, bug holes, honeycombs, and voids shall be filled with polymeric filler compatible with painting system . Complete fill coats may be used in addition to specified painting system and as approved by the Engineer. Fins , form marks, and all protrusions or rough edges shall be removed . 6 . Repair existing concrete surfaces which are deteriorated to the point that surface preparation exposes aggregate with fill coats or patching mortar as recommended by paint manufacturer and as directed by the Engineer. 7 . Clean concrete of all dust, form oils, curing compounds , oil, tar, laitance , efflorescence , loose mortar, and other foreign materials before paints are applied. 8 . To ease coating around outside corners , provide ¾-inch chamfered edges on all new concrete outside corners and grind existing concrete outside corners to a minimum radius of ¾-inch . 9. Unless recommended otherwise by the coating manufacturer, provide ¼" deep by ¼" wide tool cut terminations at 1-inch maximum from all coating edges for anchorage. Provide terminations around all equipment, piping , openings , gates, top and bottom of walls, stop locations of each day 's work and overlap onto previously completed work. Transition coating 3-inches onto interior lining of piping except where coating compatibility concerns are noted by coating manufacturer. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 90 00 -8 PAINTING 10. Apply epoxy or polymeric filler compatible with painting system to all inside corners of areas to be coated with a margin trowel to form a continuous 45-degree cant cove across corners with a minimum dimension of 1.5-inch. Roughen or prepare cured filler as recommended by coating manufacturer for proper coating adhesion. 11. All equipment grouting shall be installed and cured prior to starting coating work. Coating shall be applied over grout up to the edges of all equipment, gates and uninterrupted piping unless specifically noted otherwise . D. Wood 1. Clean wood surfaces free of all foreign matter, with cracks and nail holes and other defects properly filled and smoothed. Remove sap and resin by scraping and wipe clean with rags dampened with mineral spirits. 2. Saturate end grain, cut wood, knots, and pitch pockets with an appropriate sealer before priming. 3. Prime and back prime wood trim before setting in place. 4. After prime coat has dried, fill nail holes , cracks, open joints, and other small holes with approved spackling putty. Lightly sand wood trim prior to applying second coat of paint. E. Castings 1. Prepare castings for painting by applying a brush or a knife-applied filler. Fillers are not to be used to conceal cracks, gas holes, or excessive porosity . 2. Apply one coat of primer with a minimum thickness of 1.2 mils in addition to coats specified. Allow sufficient drying time before further handling. F. Masonry 1. Cure for a minimum of 30 days prior to paint application. 2 . Clean masonry surfaces free from all dust, dirt, oil, grease, loose mortar, chalky deposits, efflorescence, and other foreign materials. 3. Test masonry for moisture content. Use test method recommended by paint manufacturer. Do not begin painting until moisture content is acceptable to manufacturer. G. Gypsum Drywall CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 90 00 -9 PAINTING 1. Sand joint compound with sandpaper to provide a smooth flat surface. Avoid sanding of adjacent drywall paper. 2. Remove dust, dirt, and other contaminants. H. Previously Painted Surfaces 1. Totally remove existing paint when: surface is to be submerged in a severe environment, paint is less than 75% intact, brittle , eroded or has under film rusting . 2 . Surfaces which are greater than 75% intact require removal of failed paints and then spot primed. Spot priming is in addition to coats specified. 3. Remove surface contamination such as oil, grease, loose paint, mill scale, dirt, foreign matter, rust, mold, mildew, mortar, efflorescence , and sealers. 4 . Clean and dull glossy surfaces prior to painting in accordance with the manufacturer's recommendations. 5. Check existing paints for compatibility with new paint system. If incompatible, totally remove existing paint system or apply a barrier coat recommended by the paint manufacturer. Remove existing paints of undetermined origin. Prepare a test patch of approximately 3 square feet over existing paint. Allow test patch to dry thoroughly and test for adhesion. If proper adhesion is not achieved remove existing paint and repaint. 3.03 APPLICATION OF PAINT A. Apply paint by experienced painters with brushes or other applicators approved by the Engineer, and paint manufacturer. B . Apply paint without runs , sags , thin spots, or unacceptable marks . C. Apply at rate specified by the manufacturer to achieve at least the minimum dry mil thickness specified. Apply additional coats , if necessary, to obtain thickness . D . Special attention shall be given to nuts , bolts, edges, angles , flanges, etc., where insufficient film thicknesses are likely. Stripe paint prior to applying prime coat. Stripe painting shall be in addition to coats specified. E. Perform thinning in strict accordance with the manufacturer's instructions , and with the full knowledge and approval of the Engineer and paint manufacturer. F. Allow paint to dry a minimum of twentyfour hours between application of any two coats of paint on a particular surface, unless shorter time periods are a requirement by the manufacturer. Longer drying times may be required for abnormal conditions as defined FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/01/2022 09 90 00 -10 PAINTING by the Engineer and paint manufacturer. Do not exceed manufacturer's recommended drying time between coats. G . Suspend painting when any of the followi ng cond itions exist: 1. Rainy or excessively damp weather. 2 . Relative humidity exceeds 85%. 3. General air temperature cannot be maintained at 50 DF or above through the drying period , except on approval by the Engineer and paint manufacturer. 4 . Relative humidity will exceed 85% or air temperature will drop below 40 DF within 18 hours after application of paint. 5 . Surface temperature of item is within 5 degrees of dewpoint. 6. Dew or moisture condensation are anticipated. 7. Surface temperature exceeds the manufacturer's recommendations. H. Where application of coating across concrete control joints or expansion joints has the potential to crack , turn coating into joints and caulk joints with a sealant compatible with coating rated for the intended service per Section 07 90 00 -Joint Fillers , Sealants , Caulking . 3.04 INSPECTION A. Each field coat of paint will be inspected and approved by the Engineer or his authorized representative before succeeding coat is applied. Tint successive coats so that no two coats for a given surface are exactly the same color. Tick-mark surfaces to receive black paint in white between coats . B. Use magnetic dry film thickness gauges and wet fiber thickness gauges for quality control. Furnish magnetic dry film thickness gauge for use by the Engineer. C. Coatings shall pass a holiday detector test. D. Determination of Film Thickness: Randomly selected areas , each of at least 107.5 contiguous square feet , totaling at least 5% of the entire control area shall be tested. Within this area , at least 5 squares, each of 7 .75 square inches , shall be randomly selected . Three readings shall be taken in each square , from which the mean film thickness shall be calculated . No more than 20 percent of the mean film thickness measurements shall be below the specified thickness . No single measurement shall be below 80 percent of the specified film thickness. Total dry film thickness greater than twice the specified film thickness shall not be acceptable . Areas where the measured dry FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 09 90 00 -11 PAINTING film thickness exceeds twice that specified shall be completely redone unless otherwise approved by the Engineer. When measured dry film thickness is less than that specified additional coats shall be applied as required. E. Holiday Testing : Holiday test painted ferrous metal surfaces which will be submerged in water or other liquids, or surfaces which are enclosed in a vapor space in such structures. Mark areas which contain holidays . Repair or repaint in accordance with paint manufacturer's printed instructions and retest. 1. Dry Film Thickness Exceeding 20 Mils: For surfaces having a total dry film thickness exceeding 20 mils: Pulse-type holiday detector such as Tinker & Rasor Model AP-W , D.E. Stearns Co. Model 14/20, shall be used . The unit shall be adjusted to operate at the voltage required to cause a spark jump across an air gap equal to twice the specified coating thickness . 2. Dry Film Thickness of 20 Mils or Less: For surfaces having a total dry film thickness of 20 mils or less : Tinker & Rasor Model M1 non-destructive type holiday detector, K-D Bird Dog , shall be used . The unit shall operate at less than 75-volts. For thicknesses between 10 and 20 mils, a non-sudsing type wetting agent, such as Kodak Photo-Flow, shall be added to the water prior to wetting the detector sponge . F. Paint manufacturer or his representative shall provide their services as required by the Engineer. Services shall include, but not be limited to, inspecting existing paint, determination of best means of surface preparation , inspection of completed work, and final inspection of painted work 11 months after the job is completed . 3.05 PROTECTION OF ADJACENT PAINT AND FINISHED SURFACES A. Use covers , masking tape , other method when protection is necessary, or requested by Owner or Engineer. Remove unwanted paint carefully without damage to finished paint or surface. If damage does occur, repair the entire surface adjacent to and including the damaged area without visible lap marks and without additional cost to the Owner. 8 . Take all necessary precautions to contain dispersion of sandblasting debris and paint to the limits of the work . Take into account the effect of wind and other factors which may cause dispersion of the sandblasting debris and paint. Suspend painting operations when sanding debris or paint cannot be properly confined . Assume all responsibilities and cost associated with damage to adjacent structures, vehicles, or surfaces caused by the surface preparation and painting operations . 3.06 PIPING AND EQUIPMENT IDENTIFICATION A. Piping and equipment identification shall be in accordance with Section 40 05 97 - Piping and Equipment Identification Systems. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 90 00 -12 PAINTING 3.07 SCHEDULE OF COLORS A. Match colors indicated. Piping and equipment colors are indicated in Section 40 05 97 - Piping and Equipment Identification Systems . Colors which are not indicated shall be selected from the manufacturer's full range of colors by the Engineer. No variation shall be made in colors without the Engineer's approval. Color names and numbers shall be identified according to the appropriate color chart issued by the manufacturer of the particular product in question . 3.08 WORK IN CONFINED SPACES A. Provide and maintain safe working conditions for all employees . Supply fresh air continuously to confined spaces through the combined use of existing openings, forceddraft fans and temporary ducts to the outside , or direct air supply to individual workers . Exhaust paint f umes to the outside from the lowest level in the contained space. Provide explosionproof electrical fans, if in contact with fumes . No smoking or open fires will be permitted in, or near, confined spaces where painting is being done . Follow OSHA, state/commonwealth , and local regulations at all times . 3.09 OSHA SAFETY COLORS A. Paint wall around wall-mounted breathing or fire apparatus with the appropriate safety red color; area does not exceed 2-feet wide by 3-feet high , unless apparatus covers the area. Fire apparatus include fire hoses , extinguisher, and hydrants . Paint hazardous areas and objects in accordance with OSHA regulations. CONFORMED , 12/0 1/2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 90 00 -13 PAINTING Surface I Concrete and Muonrv Interior masonry and concrete walls and ce ilings Interior masonry and concrete wa ll s in chemical rooms Exterior masonry cavity walls on cavity face of inner wythe Exterior below grade if interior is dry Submerged wastewater Containment Liner1 ' Metals Anaerobic Digester interior, submerged and unsubmerged2 Interior and exterior nonsubmerged (gloss) Interior insulated Submerged Wastewater Steel doors , windows and door frames , steel stairs , monorails , structural steel , misc. metals (steel) Aluminum surfaces in contact with concrete Shop Primed Structural Steel I Other Interior: Gypsum Wallboard CONFORMED , 12/01/2022 a e am ma T bl 1 P . f C e ue S h d I Product Total Min. Application Painting System and No. of Reference Dry Film Coats Thickness (Table 2) (Mils) 1 coat sealer 101 75-85 All new structures 2 coats acrylic epoxy 116 sq.ft/gal. 4-6/coat 1 coat sealer 117 60-80 All new structures sq.ft/gal. 2 coats epoxy polyamide 102 4-6/coat All new structures Dampproofing See Section 07 11 00 Accessible areas (e .g . pipe galleries , pump Waterproofing See Section rooms , basements , 07 13 50 etc.) 2 coats high solids epoxy All new structures Provide filler as required and 119 6-10/coat recommended by manufacturer Interior and exterior secondary conta inment 2 coats high solids epoxy 119 6-10/coat floors , tank supports coating and walls Digester dome interior includ ing dome side Polyuret hane MIC Coatings See Section sk irt where indicated 09 96 60 on the drawinqs All new blowers , pumps , motors and mechanical equipment, piping , etc . Includes 1 coat epoxy polyamide primer 104 4-6 Anaerobic Digester 1 coat epoxy polyamide 102 4 -6 Dome exterior 1 coat aliphatic polyurethane 115 3-5 wherever not receiving insulation per Section 07 21 29 -Digester Dome Insulation All new buildings 1 coat acrylic latex 103 4 All new buildings 2 coats high sol ids epoxy 119 8-10/coat 1 coat epoxy polyamide 102 5-8 All new buildings 1 coat aliphatic polyurethane 115 3-4 All new locations 2 coats coal tar 107 26 1 barrier coat 113 2-3 All new buildings 1 coat epoxy 114 3-4 1 coat epoxy 120 3-4 All new structures 2 coats acrylic latex matte or 103 2-3/coat satin FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 90 00 -14 PAINTING I I I a e am mg T bl 1 P . f C e ue Sh d I Product Total Min. Surface Application Painting System and No. of Reference Dry Film Coats Thickness (Table 2) (Mils) Interior: Tar-dipped piping 2 coats epoxy resin sealer 112 5-8/coat where color is required 2 coats epoxy polyamide 102 5-8/coat PVC Piping 1 coat epoxy polyamide 102 5-8 1 coat aliphatic polyurethane 115 3-4 1 Painting manufacturer shall verify compatibility of containment liner and chemical to be contained . Where incompatible substitute a compatible coating system. 2 refer to §3 .02B .5 for surface preparation requirements for digester dome coating . This coating is included in the base bid . In lieu of th is coating , refer to Section 09 96 60 -Polyurethane MIC Coatings for digester dome interior coatings per the Add itive Alternate item for complete repainting . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 09 90 00 -15 PAINTING Table 2: Product Listing Product Ref. System Purpose Tnemec Series PPG/AMERON CARBOLINE Sherwin-Williams 101 Acrylic filler Primer-sealer 130-6601 BLOXFIL 4000 Sanitile 100 Cement-Plex 875 Epoxy Finish coat Carboguard 102 semi-gloss or N69 AMERLOCK 2 Dura-Plate 235 polyamide gloss 890 103 Acrylic latex Sealer 1028/1029 PITT TECH Carbocrylic DTM Acrylic PLUS 3359DTM Primer/Finish Epoxy AMERCOAT Carboguard 104 Polyamide-Primer 66 Macropoxy 646 metal 385 893SG 105 Epoxy Primer/Finish 20 AMERLOCK2 Carboguard Macropoxy 646 PW 561/56L T 106 Coal tar epoxy Finish high-coat 46H-413 AMERCOAT Bitumastic Hi-Mil Sher Tar Epoxy build 78HB 300M 107 Coal tar Sealer 46-465 AMERCOAT Bitumastic Hi-Mil Sher Tar Epoxy 78HB 300M 108 Alkyd-medium Finish coat 2H DEVGUARD Carbocoat Industrial Enamel oil 4308 8215 109 Alkyd-long oil Finish coat 1029 DEVGUARD Carbocoat Industrial Enamel 4308 8215 110 Epoxy Primer 66-1211 AMERCOAT Carboguard Macropoxy 646 polyamide 385 893SG 112 Epoxy Sealer 66-1211 AMERCOAT Carboguard Macropoxy 920 Pre- polyamide 385 893SG Prime 113 Urethane Barrier coat V530 AMERLOCK Rustbond SEALER - 114 Polyamine Intermediate 27 AMERLOCK Carboguard -Epoxy coat 385 893SG 115 Aliphatic Finish coat 1074 or AMERCOAT Carbothane Acrolon 218HS Polyurethane 1075 450 HS 134HG 116 Acrylic epoxy Finish coat 113 or 114 AQUAPONWB Sanitile 255 Water-Based Catalvzed Epoxy 117 Epoxy block Sealer 1254 AMERLOCK Sanitile 600 Kem Cati-Coat HS filler 114 Epoxy Filler 118 Catalyzed Fin ish coat 84 AMERLOCK Carboguard Macropoxy 646 epoxy 2/400 890 119 High solids Finish coat 104 AMERLOCK Carboguard Dura-Plate 235 epoxy 400 890 120 Epoxy Topcoat N69 AMERLOCK Carboguard 2/400 890 - 121 Cycloaliphatic Primer/Finish 61 Equal -Equal Amine Epoxy FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS 90 % DESIGN , 04 /15/2022 09 90 00 -16 PAINTING SECTION 09 96 60 POLYURETHANE MIC COATINGS PART 1 -GENERAL 1.01 THE REQUIREMENTS A. Furnish and install special coating systems in accordance with the Contract Documents. B. Polyurethane MIC Coating 1. Install Special Metal Coating system where shown on the mechanical and structural drawings at the interior of domes at Digester Nos. 1 through 8. Coatings at Digester Nos . 7 & 8 are additive alternate items . 2 . Coatings under this sposifisation are additive alternate items if tho entire dome interiors are rosoatod . The base bid includes an alternate coating system for partial interior reseating as specified in Section 0Q Q0 00 Painting. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 09 90 00 -Painting 1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Without limiting the generality of these Specifications , the Work shall conform to the applicable requirements of the following documents: 1. SSPC-SP10/NACE No. 2 -Near-White Metal Blast 2 . NACE -National Association of Corrosion Engineers 3. SSPC -The Society of Protective Coatings 1.04 SUBMITTALS A. Shop Drawings , including the following items , shall be submitted in accordance with Section 01 33 00 -Submittal Procedures . 1. Manufacturer's product data and material safety data sheets for each coating product provided . Include manufacturer's color chart for each product supplied . 2 . Manufacturer's installation instructions and recommendations specific to environmental conditions, surface preparation , substrate conditions, and application procedures. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 09 96 60 -1 POLYURETHANE MIC COATINGS 3. Complete shop drawings including location and details for all terminations and transitions . 4 . Certifications : a. Furnish affidavits from the manufacturer certifying that materials furnished conform to the requirements specified. b. Certify coating products have been checked for compatibility . c . Certification from manufacturer stating the applicator and applicator's assigned personnel are certified and have received specific train ing for the application of the MIC coating system. d. Certificate from applicator stating the assigned personnel have received specific training for the application of the MIC coating system . e. Submit manufacturer's representative or independent inspector's NACE or SSPC certification . 5. Submit manufacturer's representative name, address and telephone number who will inspect work. 6. Provide list of at least 10 applications in high H2S environments in Southern Central States including contact names , address , phone numbers and date of installation for both the concrete coating system and the applicator. 7 . Field Data Records and Installation Reports . 8. Product Warranty. 9. Closeout Submittals: a. As-built drawings which include coating application limits, transitions, and terminations . b. Photos c. Quality assurance records, field data records and installation reports d. Test and evaluation reports including pull-off strength {adhesion) and spark testing. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 96 60 -2 POLYURETHANE MIC COATINGS e. Certificate of Surface Preparation f . Certificate of Proper Installation g. Final Report h . Final Certified Warranty 1.05 QUALIFICATIONS A. Products shall be manufactured by company specializing in manufacturing the products specified in this Section with a minimum of five continuous years of experience for performance in similar applications in wastewater treatment plants or water treatment plants . B . The Contractor perform ing the work shall be fully qualified , experienced and equipped to complete this work expeditiously and in a satisfactory manner and shall be an approved installer of the MIC coating system as certified and licensed by the manufacturer. The Contractor shall have successfully installed a minimum of 5 ,000 square feet of the proposed system and shall have a minimum of two years of serv ice as documented by verifiable references. The Contractor shall submit the following information to the Engineer for review and approval before any work is performed. The following information is required . 1. The number of years of experience in perform ing th is type of specialized work and in installing the specified coating system . 2 . Name of the manufacturer and supplier for this work and previous work listed below . 3 . A list of municipal clients that the Contractor has performed this type of work including names, phone numbers , and square feet of material installed . 4 . The Contractor shall subm it a certified statement from the manufacturer that he/she is a certified and/or licensed installer of the coating system . 1.06 QUALITY ASSURANCE A. The supplier shall be responsible for the provisions of all test requirements specified in the referenced ASTM Standards as applicable. The supplier shall also bear the cost of all tests specified in Paragraph 3 .05 , Field Testing and Acceptance of Coating . In add ition , all coating products to be installed under this Contract may be inspected at the plant 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 . CONFORMED , 12/01 /202 2 FWW VILLAGE CREE K WRF , DIGESTER MI XING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 10 265 2 09 96 60 -3 POLY URETHANE MIC COATI NGS B. Inspections of the coating products and materials may also be made by the Engineer or other representatives of the Owner after delivery. The products and materials shall be subject to rejection at any time on account of failure to meet any of the Specification requirements , even though samples may have been accepted as satisfactory at the place of manufacture. Materials rejected after delivery shall be marked for identification and shall be removed from the job at once. 1. Provide adequate time and access for inspections for the following major activities : a. Monitoring of surface preparation b. Monitoring of coating application c . Post application inspection and testing d. Corrective actions and final inspection C. Pre-installation Meeting 1. At least two weeks prior to beginning work on the first digester dome , the Contractor shall conduct a Pre-installation Meeting to discuss coating procedures and submittals . Attendees shall include the Coating Applicator , Owner, Engineer, Manufacturer's Technical Representative , Testing and Inspection Agencies (if applicable), and the Contractor. The minimum agenda includes : a. Environmental condition requirements b. Surface temperature requirements c . Surface preparation procedures d. Cleaning procedures e. Testing procedures to determine moisture content of concrete f . Proper procedures to fill substrate g . Application equipment h. Proper application of prime coat i. Proper application of coating system j . Proper termination and transition details k. Inspection of coating during and after application CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 96 60 -4 POLYURETHANE MIC COATINGS I. Testing of coating . m . Repair methods n. Documentation requirements o . Approval Procedures D . Field Data Records 1. Maintain daily Quality Assurance Records including the following : a . Date b . Atmospheric Temperature and Humidity c. Substrate pH d . Substrate Temperature e . Dew Point f . Product Batch Numbers g . Mixing Time for Each Part and the Combined Parts of a Coating System h . Pot Life i. Curing Time of Primer and Finish Layers j . Holiday Test Results and Repair Data k . Foreman or Supervisor's Signature 1.07 SERVICES OF MANUFACTURER'S REPRESENTATIVE A. Prov ide the services of a qualified manufacturer's technical representative who shall adequately supervise the surface preparation and application of the coating and lining products. The manufacturer's representative shall be available to evaluate the coating at each step through the process and shall supervise the lining or coating application until the installer has shown through the proper surface preparation and application of the lining or coating that the system will be installed in accordance with all manufacturer recommendations. B . Manufacturer's technical representative or authorized inspector shall be currently certified by NACE or SSPC. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 96 60 -5 POLYURETHANE MIC COATINGS C . The manufacturer's technical representative shall submit to the Engineer a final report, at the completion of the work, identifying the products used , verifying and certifying that surfaces and lining systems were properly applied , free of pinholes , blisters or other blemishes that will compromise the coating performance, and that the paint systems were proper for the exposure and surface . Discrepancies that are found during the final inspection shall be repaired and another inspection performed until the system is completely satisfactory. 1.08 DELIVERY, STORAGE AND HANDLING A. Care shall be taken in shipping, handling and placing to avoid damaging the products. Extra care may be necessary during cold weather construction . Any product or material damaged in shipment shall be replaced as directed by the Engineer. 8. Products shall be delivered to the site in clearly labeled unopened containers and packaging . While stored, the products shall be adequately packaged and protected. Products shall be stored in a manner as recommended by the manufacturer. Any product showing deterioration, or which has been exposed to any other adverse storage condition that may have caused damage , even though no such damage can be seen , shall be marked as rejected and removed at once from the work. 1.09 WARRANTY A . All coatings installed shall be guaranteed by the Contractor for a period of five (5) years ......_,., from the date of final acceptance . During this period , all defects discovered in the coating, as determined by the Owner or Owner's Engineer shall be repaired or replaced in a satisfactory manner by the Contractor at no cost to the Owner. 8 . The Contractor is responsible for properly preparing the structures for coating prior to the installation of the systems , including stopping all leaks, patching voids , protecting or removing and handling all mechanical equipment such as valves and valve assemblies and weirs , cleaning surfaces , removing rubble, etc. PART 2 -PRODUCTS 2.01 PRIMER A . Provide primer if recommended by coating manufacturer. Primer shall be as recommended by the coating manufacturer to achieve a superior coating system performance. Manufacturer to select primer based on substrates environmental conditions and humidity, substrate temperature , and other properties. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 09 96 60 -6 POLYURETHANE MIC COATINGS IA 2.02 COATING A. Provide a Microbiologically Induced Corrosion (MIC) resistant Elastomeric Polyurethane Coating on surfaces indicated to receive Coatings in this specification and on drawings. B . The Coating shall be Reactamine 760 by Carboline , Series 406 by Tnemec , Polibrid 705 by International by International , Amerthane 490 by PPG, PolyCote 150 by Sherwin Williams, or Approved Equal. or Apprm,ied E~ual. C. The Coating shall be applied to a total DFT of 60 to 80 mils. In addition to Coating, apply primer at 10 mils if recommended by manufacturer to achieve superior performance . D . Coating shall meet the following minimum characteristics : 1. Total Film Thickness of System including primers shall not be less than 70 mils (unless otherwise noted). 2. Water Vapor Permeance of 0.23 perms per ASTM E96 , Method E. 3 . Tensile Pu II Strength 350 psi ASTM D4541. 4 . Tensile Strength of 2 ,000 psi ASTM D412 . 5. Abrasion Resistance , CS17 Wheel <40mg loss <100mg loss , ASTM D4060 , 1000 gm load/1000 cycles . 6 . Minimum Shore Hardness D of 60 , ASTM D2240 . 7 . Resistant to negative water infiltration. PART 3 -EXECUTION 3.01 PROTECTION OF IN-PLACE CONDITIONS A. Equipment, vehicles , buildings , and other finished items shall be protected from damage and overspray . Sensitive equipment shall be wrapped in plastic and tape. 3.02 SURFACE PREPARATION A . Surfaces to receive coating shall be clean and free of dirt, oil , grease , and other foreign materials . B. Minimum surface preparation of steel shall be per SSPC-SP10/NACE 2 -Near-White Metal Blast. Provide a 3.0 mil minimum angular anchor profile unless recommended otherwise by the coating manufacturer in writing. Under no circumstance shall surface CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 96 60 -7 POLYURETHANE MIC COATINGS preparation be less than manufacturer's recommendation to provide the best possible installation . All surface conditions that are considered detrimental to the proper bond to the metal shall be tested and documented and within acceptable ranges prior to application of coating . C. Where manufacturer requires additional surface preparation , to provide best possible installation , additional requirements shall be performed. D. Provided written certification on the coating manufacturer's letterhead, signed by an officer of the company that the surface preparation meets the requirements of the coating manufacturer. 3.03 PRIMER APPLICATION A. If primer is recommended by manufacture, apply primer at 10 mils or as recommended by manufacturer to achieve superior performance . Document environmental conditions at time of application. Apply primer when environmental conditions are within acceptable ranges prior to application of primer. 3.04 COATING APPLICATION A. All methods, procedures of mixing , application and curing of the coating material shall be accomplished in strict accordance with manufacturer's printed instructions and recommendations . 8. Apply Coating to a total OFT of 60 to 80 mils in strict accordance with manufacturer's printed instructions and recommendations . C . Application shall be by certified and experienced personnel only. Application of coating systems shall take place when the temperature of the metal within manufacture recommendations . Use dehumidification units, fans or other means to provide an adequate environment for application and cure when the environment is not adequate for application or cure . D. Application shall produce at a minimum a totally bonded coating , corrosion proof, free of blisters, pinholes and any and all blemishes that may be precursors to failure . Promptly correct or remove and repair areas that fail visual inspection or testing . Recoat time between coats shall be documented and shall not exceed manufacturer's requirements . Where recoat times are exceeded the coating shall be prepared in strict accordance with manufacturer's recommendations including scarification to provide sufficient profile. E. Follow manufacturer's recommendations for terminating coating into a chase and providing 1" radius inside corners, and easing outside corners. Provide cant strips or cove sealant at wall corners and wall to slab intersections as recommended by the manufacturer. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 96 60 -8 POLYURETHANE MIC COATINGS 3.05 FIELD TESTING AND ACCEPTANCE OF COATING A. Field acceptance of the coating system shall be based on the Engineer's evaluation of the appropriate installation of each coat per field inspections, on observation of the measurements of the wet film thickness, and on the observation of spark testing and adhesion testing conducted on the cured liner. B. Pre-application testing shall be conducted by applying the Coating at 20 mil thickness over a 5 square foot area where directed to demonstrate the coating application to the inspector(s ). C. During application of each layer of the coating , the Contractor shall measure the thickness and uniformity of the coating by the use of a wet film thickness gage meeting the requirements of ASTM D4414. The wet film thickness shall be tested continuously for the Contractors own use . At least three such tests will be observed by the Engineer or Owner for each coat in each 500 square feet. D. The coating shall provide a continuous monolithic surfacing with uniform thickness throughout and be free of pinholes , slumps and drips. E. All surfaces shall be inspected via high voltage spark testing when all coating work is complete and the coating is hard to the touch . 1. The structure environment shall be properly vented prior to testing to ensure hazardous conditions do not exist. 2. High voltage spark testing shall be performed in accordance with ASTM D4787 . The spark testing equipment shall be initially set at 100 volts per 1 mil of applied film thickness of the coating and then adjusted as necessary per ASTM D 4 787. 3. All detected holidays shall be marked and the area of the liner shall be repaired. The surface area around the coating shall first be abraded using an appropriate grit paper or other hand abrasion tool. After abrading and cleaning the area, the area shall be patched by hand application of the coating material. All repair procedures shall follow manufacturer's recommended procedures. F . The pull-off strength (adhesion) of the liner shall be tested using any one of the five Test Methods (A, B, C, D or E) described in ASTM D-4541. The Contractor shall propose the method and equipment to be used in the tests. The liner adhesion shall be tested in one area for each tank or each 1000 square feet of coated area. At least three replicate pull- off tests shall be performed for each area . The Contractor shall also submit his proposed method for reinstatement of the area of the coating affected by the test. Repair of test areas shall be made by the Contractor at no additional cost to the Owner. G. There shall be no rainwater infiltration or other leakage through the structure steel after coating. If leakage is found, it shall be eliminated with an appropriate method as FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 09 96 60 -9 POLYURETHANE MIC COATINGS recommended by the coating manufacturer and approved by the Engineer at no additional cost to the Owner. H. All pipe connections shall be open and clear. I. There shall be no cracks, voids , pinholes, uncured spots , dry spots, lifts , delaminations or other type defects in the lining. J . If any defective coating is discovered after it has been installed, it shall be repaired or replaced in a satisfactory manner within 72 hours and at no additional cost to the Owner. This requirement shall apply for the entire guarantee period . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 09 96 60-10 POLYURETHANE MIC COATINGS PART 1 -GENERAL SECTION 23 00 00 BASIC HVAC REQUIREMENTS 1.01 THE REQUIREMENT A. The Contractor shall furnish all labor, equipment and material for the complete installation of the heating, ventilation, air conditioning, piping, etc. as indicated on the drawings and specified herein. B. Air conditioning systems shall be furnished and installed to operate as a system. The Contractor shall coordinate all requirements between manufacturers to insure unit responsibility and compatibility of the systems . 1.02 SUBMITTALS A. The Contractor shall submit shop drawings on all equipment, accessories and appurtenances and all fabrication work or other mechanical and air conditioning work required, all in accordance with the requirements of Section 01 33 00 - Submittal Procedures. B. Data to be submitted shall include but not be limited to: 1. Catalog data consisting of specifications, illustrations and a parts schedule that identifies the materials to be used for the various parts and accessories. The illustrations shall be in sufficient detail to serve as a guide for assembly and disassembly. 2. Complete assembly, and installation drawings with clearly marked dimensions. This information shall be in sufficient detail to serve as a guide for assembly and disassembly and for ordering parts. 3. Weight of all component parts and assembled weight. 4 . Electrical characteristics , wiring , diagrams, etc. 5. Sample data sheet of equipment nameplate(s) including information contained thereon. 6. Insulation materials, coating , jackets, detail density, thermal conductivity and thickness of all insulation materials to be furnished. 7. Details of special fasteners and accessories. 8. Type of adhesives, binders, joint cement , mastics. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 00 00 -1 BASIC HVAC REQUIREMENTS 9 . Proposed insulation procedures and installation methods. 10. Spare parts list 11. Special tools list C . The Contractor shall obtain from the manufacturer and submit to the Engineer copies of the results of all certified shop tests . D. The Contractor shall obtain from the manufacturer and submit to the Engineer copies of certified letters of compliance in accordance with the Specifications. 1.03 RELATED WORK A. Division 01 -General Requirements B. Section 01 33 00 -Submittal Procedures C . Section 07 84 00 -Firestopping D. Section 07 90 00 -Joint Fillers , Sealants , and Caulking E. Section 09 90 00 -Painting F. Section 26 05 00 -Basic Electrical Requirements G. Section 26 05 19 -Low-Voltage Conductors and Cables 1.04 OPERATION AND MAINTENANCE MANUALS A. The Contractor shall submit operation and maintenance manual in accordance with the procedures and requirements set forth in the General Conditions and Division O 1. B. Operation and Maintenance Manuals shall be submitted for all equipment. 1.05 MANUFACTURER'S INSTRUCTIONS A. Installation of all equipment shall be in accordance with manufacturer's data . B. All changes from the installation procedures in manufacturers' data shall be submitted for approval in accordance with the requirements for shop drawings. C. Keep all manufacturers' data provided in a secure manner at the job site at all times . Catalog and index this data for convenient reference . D. Manufacturers' data shall be available for the information of the Owner, Engineer, and the use of other trades . CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -2 BASIC HVAC REQUIREMENTS E. Turn over all data to the Owner through the Owner's representative at completion of the Work and final testing. F. Furnish Owner, indexed and bound in loose leaf binders , three (3) complete sets of Operating and Maintenance Instructions and pertinent manufacturers' literature and information on all of the apparatus and equipment under this Division of the Specifications. G. Submit all instruction books and manuals in accordance with Division 01. 1.06 CODES, PERMITS AND STANDARDS A. The Contractor shall obtain and pay for all permits and shall comply with all laws and codes that apply to the Work. B. The Contractor shall be responsible for all added expense due to his choice of equipment, materials or construction methods. C . All work and materials shall be in full accordance with the latest State rules and regulations or publications including those of the State Fire Marshall , the Uniform Plumbing Code, and all local codes. Nothing in the Plans and/or Specifications shall be construed to permit work not conforming to the above codes, rules and regulations. D. All equipment, materials and installations shall conform to the requirements of the most recent edition with latest revisions , supplements and amendments of the following , as applicable : 1. Air Conditioning and Refrigeration Institute (ARI) 2 . Air Diffusion Council (ADC) 3. Air Moving and Conditioning Association (AMCA) 4. American Society of Heating, Refrigerating and Air Conditioning Engineers , Inc . (ASHRAE) 5. American National Standards Institute (ANSI) 6. American Society for Testing and Materials (ASTM) 7. American Society of Mechanical Engineers (ASME) 8. Factory Mutual (FM) 9. National Electric Code (NEC) 10 . NFPA 90A -Air Conditioning and Ventilation Systems FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 00 00 -3 BASIC HVAC REQUIREMENTS 11. Occupational Safety and Health Standards (OSHA) 12 . Sheet Metal & Air Conditioning Contractors National Association (SMACNA) 13 . Standard Building Code -1985 edition 14 . Standard Mechanical Code -1985 edition 15. Standard Plumbing Code -1985 edition 16. State and local codes , ordinances and statutes 17 . Underwriters Laboratories (UL) 18. Others as designated in the specifications. 1.07 QUALITY ASSURANCE A. All material and equipment shall be the latest design, new, undeteriorated , and the first quality standard product of manufacturers regularly engaged in the production of such material and equipment. B . When two or more units of the same class of material or equipment are required, they shall be products of a single manufacturer. C. All work shall be performed in a neat and workmanlike manner by workers skilled in their respective trades , and all materials and equipment shall be installed as recommended by the manufacturers and in accordance with specified codes and standards. D . Touch up and/or repaint to match original finishes all factory finished or painted equipment and materials which are scratched or marred during shipment or installation. E. Products Criteria: 1. Standard Products: Material and equipment shall be the standard products of a manufacturer regularly engaged in the manufacture of the products for at least 3 years (or longer as specified elsewhere). The design , model and size of each item shall have been in satisfactory and efficient operation on at least three installations for approximately three years. However, digital electronics devices, software and systems such as controls , instruments , computer work station, shall be the current generation of technology and basic design that has a proven satisfactory service record of at least three years . See other Specification Sections for any exceptions and/or additional requirements. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -4 BASIC HVAC REQUIREMENTS 2. Refer to all other Sections for quality assurance requirements for systems and equipment specified therein. 3. All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly. 4. The products and execution of work shall conform to the referenced codes and standards as required by the specifications. Local codes and amendments shall be enforced, along with requirements of local utility companies. The most stringent requirements of these specifications, local codes, or utility company requirements shall always apply. Any conflicts shall be brought to the attention of the Owner's representative. 5. Multiple Units : When two or more units of materials or equipment of the same type or class are required, these units shall be of the same manufacturer and model number, or if different models are required they shall be of the same manufacturer and identical to the greatest extent possible (i.e ., same model series). 6 . Assembled Units: Performance and warranty of all components that make up an assembled unit shall be the responsibility of the manufacturer of the completed assembly. 7. Nameplates : Nameplate bearing manufacturer's name or identifiable trademark shall be securely affixed in a conspicuous place on equipment, or name or trademark cast integrally with equipment, stamped or otherwise permanently marked on each item of equipment. 8. Use of asbestos products or equipment or materials containing asbestos is prohibited. F. HVAC Mechanical Systems Welding : Before any welding is performed , Contractor shall submit a certificate certifying that welders comply with the following requirements: 1. Qualify welding processes and operators for piping according to ASME BPVC Section IX . Provide proof of current certification. 2. Comply with provisions of ASME 831 series "Code for Pressure Piping". 3. Certify that each welder and welding operator has passed American Welding Society (AWS) qualification tests for the welding processes involved, and that certification is current. 4. All welds shall be stamped according to the provisions of the AWS or ASME as required herein and by the associated code. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 00 00 -5 BASIC HVAC REQUIREMENTS G. Manufacturer's Recommendations: Where installation procedures or any part thereof are required to be in accordance with the recommendations of the manufacturer of the material being installed, printed copies of these recommendations shall be furnished to the Owner's representative with submittals . Installation of the item will not be allowed to proceed until the recommendations are received. Failure to furnish these recommendations can be cause for rejection of the material and removal by the Contractor and no additional cost or time to the Owner. H. Execution (Installation, Construction) Quality : 1. Apply and install all items in accordance with manufacturer's written instructions. Refer conflicts between the manufacturer's instructions and the contract documents to the Owner's representative for resolution. Provide written hard copies and computer files on CD or DVD of manufacturer's installation instructions to the Owner's representative with submittals prior to commencing installation of any item. Installation of the item will not be allowed to proceed until the recommendations are received and approved by the Owner's representative. Failure to furnish these recommendations is a cause for rejection of the material. 2. All items that require access, such as for operating, cleaning , servicing, maintenance, and calibration, shall be easily and safely accessible by persons standing at floor level, or standing on permanent platforms, without the use of portable ladders. Examples of these items include , but are not limited to , all types of valves , filters and strainers , transmitters , control devices. Prior to commencing installation work , refer conflicts between this requirement and contract documents to the Owner's representative for resolution . Failure of the Contractor to resolve, or point out any issues will result in the Contractor correcting at no additional cost or time to the Owner. 3. Complete coordination/shop drawings shall be required in accordance with Paragraph, SUBMITTALS. Construction work shall not start on any system until the coordination/shop drawings have been approved by the Owner's representative . 4 . Workmanship/craftsmanship will be of the highest quality and standards . The Owner reserves the right to reject any work based on poor quality of workmanship this work shall be removed and done again at no additional cost or time to the Owner. I. Upon request by the Owner's representative , provide lists of previous installations for selected items of equipment. Include contact persons who will serve as references , with current telephone numbers and e-mail addresses . CONFORMED, 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -6 BASIC HVAC REQUIREMENTS 1.08 DELIVERY, STORAGE AND HANDLING A. Protection of Equipment: 1. Equipment and material placed on the job site shall remain in the custody of the Contractor until phased acceptance, whether or not the Owner has reimbursed the Contractor for the equipment and material. The Contractor is solely responsible for the protection of such equipment and material against any damage or theft. 2. Large equipment such as boilers, chillers , cooling towers , fans , and air handling units if shipped on open trailer trucks shall be covered with shrink on plastics or water proof tarpaulins that provide protection from exposure to rain, road salts and other transit hazards. Protection shall be kept in place until equipment is moved into a building or installed as designed . 3. Repair damaged equipment in first class , new operating condition and appearance; or, replace same as determined and directed by the Owner's representative . Such repair or replacement shall be at no additional cost or time to the Owner. 4. Protect interiors of new equipment and piping systems against entry of foreign matter. Clean both inside and outside before painting or placing equipment in operation . 5. Existing equipment and piping being worked on by the Contractor shall be under the custody and responsibility of the Contractor and shall be protected as required for new work . 6 . Protect plastic piping and tanks from ultraviolet light (sunlight). B . Cleanliness of Piping and Equipment Systems : 1. Exercise care in storage and handling of equipment and pip ing material to be incorporated in the work. Remove debris arising from cutting , threading and weld i ng of piping . 2. Piping systems shall be flushed, blown or pigged as necessary to deliver clean systems. 3. Clean interior of all tanks prior to delivery for beneficial use by the Owner. 4. Boilers shall be left clean following final internal inspection by Owner's insurance representative or inspector. 5 . Contractor shall be fully responsible for all costs , damage , and delay arising from failure to provide clean systems . CONFORM ED , 12/0 1/2022 FWW V IL LAGE CREEK WRF , D IGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -7 BASIC HVAC REQU IREMENTS 1.09 JOB CONDITIONS -WORK IN EXISTING BUILDING A. Building Operation : Owner's employees will be continuously operating and managing all facilities , including temporary facilities that serve the project. B . Maintenance of Service: Schedule all work to permit continuous service as required by the Owner. C. Building Working Environment: Maintain the architectural and structural integrity of the building and the working environment at all times . Limit the opening of doors , windows or other access openings to brief periods as necessary for rigging purposes . Storm water or ground water leakage is prohibited. Provide daily clean-up of construction and demolition debris on all floor surfaces and on all equipment being operated by the Owner. Maintain all egress routes and safety systems/devices. D. Acceptance of Work for Owner's Operation : As new equipment, systems and facilities are made available for operation and these items are deemed of beneficial use to the Owner, inspections will be made and tests will be performed . Based on the inspections , a list of contract deficiencies will be issued to the Contractor. After correction of deficiencies as necessary for beneficial use , the Contracting Officer will process necessary acceptance and the equipment will then be under the control and operation of Owner's personnel. 1.10 EQUIPMENT AND MATERIALS IDENTIFICATION A. Use symbols , nomenclature and equipment numbers specified, shown on the contract documents and shown in the maintenance manuals. Identification for piping is specified in Section 09 90 00 -Painting. B. Interior (Indoor) Equipment: Engraved nameplates, with letters not less than 5 mm (3/16 inch) high of brass with black-filled letters, or rigid black plastic with white letters specified in Section 09 90 00 -Painting permanently fastened to the equipment. Identify unit components such as coils , filters , fans , etc. C . Exterior (Outdoor) Equipment: Stainless steel nameplates, with engraved black filled letters , not less than 5 mm (3/16 inch) high riveted or bolted to the equipment. D. Control Items : Label all instrumentation , temperature and humidity sensors , controllers and control dampers. Identify and label each item as they appear on the control diagrams. E. Valve Tags and Lists: 1. HVAC and Mechanical Rooms: Provide for all valves. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -8 BASIC HVAC REQUIREMENTS 2. Valve tags : Engraved black filled numbers and letters not less than 15 mm (1/2 inch) high for number designation, and not less than 6 mm (1/4 inch) for service designation on 19-gauge 40 mm (11/2 inches) round brass disc, attached with brass "S" hook or brass chain . 3. Valve lists : Typed or printed plastic coated card(s), sized 215 mm (81/2 inches) by 275 mm (11 inches) showing tag number, valve function and area of control, for each service or system . Punch sheets for a 3-ring notebook. 4. Provide detailed plan for each floor of the building indicating the location and valve number for each valve . Identify location of each valve with a color-coded thumb tack in ceiling. F. Provide manufacturer's standard laminated plastic, color coded duct markers . Conform to the following color codes : Yellow/ Green Supply air Blue Exhaust, outside , return and mixed air Include the following : Nomenclature Direction of a ir flow . Duct serv ice (supply , return , exhaust , etc .) 1.11 GASKETS AND CONNECTORS A. Provide new gaskets wherever gasketed mating equipment items or pipe connections have been dismantled. Gaskets shall be in accordance with manufacturer's recommendations . B . Replace all assembly bolts , studs , nuts and fasteners of any kind which are bent , flattened , corroded or have their threads , heads or slots damaged. C . Furnish all bolts , studs , nuts and fasteners for make-up of all connections to equipment and replace any of these items damaged in storage, shipment or moving . 1.12 FIRESTOPPING A. Section 07 84 00 -Firestopping specifies an effective barrier against the spread of fire , smoke and gases where penetrations occur for piping and ductwork. Refer to Section 23 13 13 -Metal Ducts and Duct Accessories , for firestop pipe and duct insulation. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 00 00 -9 BASIC HVAC REQUIREMENTS PART 2 -PRODUCTS 2.01 GENERAL A. Each item of equipment shall be furnished and installed complete with all supports , mounting frames , duct work , piping , louvers, panels, grilles , electric drive units and controls , mechanical equipment, electrical work, insulation and appurtenances ready for operation. B. All equipment and appurtenances shall be anchored or connected to supporting members as specified or as indicated on the Plans. C . All mechanisms or parts shall be amply proportioned for the stresses which may occur during operation or for any other stresses which may occur during fabrication and erection. Individual parts furnished which are alike in all units shall be alike in workmanship , design , and materials and shall be interchangeable. All equipment shall be of the manufacturer's top line, industrial-commercial grade . D. The Contractor shall ascertain that all chassis , shafts, and openings are correctly located , otherwise he shall cut all new openings required at his own expense . Cutting of new openings shall be coordinated with other trades . Proposed new cutting shall be submitted to the Engineer for review and acceptance prior to cutting. E. The Plans shall be taken as diagrammatic. The Contractor shall check the Structural Plans and sections for detail dimensions and clearances . Sizes of ducts and their locations are indicated , but not every offset, fitting , or structural obstruction is shown. F. Alignment of ducts may be varied where necessary to account for slight architectural changes or to avoid conflict with the Work of other trades without additional expense to the Owner. G . All supports required for the proper installation of the equipment, but not forming an integral part of the building structure, shall be provided , unless specifically noted otherwise . Equipment shall be supported on spring-type vibration isolators . 2.02 PIPE PENETRATIONS A. Install sleeves during construction for other than blocked out floor openings for risers in mechanical bays. B. To prevent accidental liquid spills from passing to a lower level, provide the following : CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -10 BASIC HVAC REQUIREMENTS 1. For sleeves : Extend sleeve 25 mm (1 inch) above finished floor and provide sealant for watertight joint. 2 . For blocked out floor openings : Provide 40 mm (1-1/2 inch) angle set in silicone adhesive around opening. 3. For drilled penetrations: Provide 40 mm (1-1/2 inch) angle ring or square set in silicone adhesive around penetration. C . Penetrations through beams or ribs are prohibited but may be installed in concrete beam flanges. Any deviation from these requirements must receive prior approval of Owner's representative. D. Sheet Metal , Plastic, or Moisture-resistant Fiber Sleeves: Provide for pipe passing through floors, interior walls , and partitions , unless brass or steel pipe sleeves are specifically called for below. E. Cast Iron or Zinc Coated Pipe Sleeves: Provide for pipe passing through exterior walls below grade . Make space between sleeve and pipe watertight with a modular or link rubber seal. Seal shall be applied at both ends of sleeve. F. Galvanized Steel or an alternate Black Iron Pipe with asphalt coating Sleeves: Provide for pipe passing through concrete beam flanges, except where brass pipe sleeves are cal led for . Provide sleeve for pipe passing through floor of mechanical rooms , laundry work rooms, and animal rooms above basement. Except in mechanical rooms, connect sleeve with floor plate . G . Brass Pipe Sleeves: Provide for pipe passing through quarry tile, terrazzo or ceramic tile floors . Connect sleeve with floor plate. H. Sleeves are not required for wall hydrants for fire department connections or in drywall construction . I. Sleeve Clearance : Sleeve through floors , walls, partitions, and beam flanges shall be one inch greater in diameter than external diameter of pipe . Sleeve for pipe with insulation shall be large enough to accommodate the insulation. Interior openings shall be caulked tight with fire stopping material and sealant to prevent the spread of fire, smoke, and gases. J. Sealant and Adhesives : Shall be as specified in Section 07 90 00 -Joint Fillers , Sealants , and Caulking . 2.03 DUCT PENETRATIONS A . Provide curbs for roof mounted piping, ductwork and equipment. Curbs shall be 450 mm (18 inches) high with continuously welded seams, built-in cant strip , interior baffle with acoustic insulation, curb bottom, hinged curb adapter. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 00 00 -11 BASIC HVAC REQUIREMENTS B. Provide firestopping for openings through fire and smoke barriers, ma i nta ining minimum required rating of floor , ceiling or wall assembly . See Section 07 84 00 -Firestopping . 2.04 SPECIAL TOOLS AND LUBRICANTS A. Furnish, and turn over to the Owner's representative, tools not readily available commercially, that are required for disassembly or adjustment of equipment and machinery furnished. B. Grease Guns with Attachments for Applicable Fittings: One for each type of grease required for each motor or other equipment. C . Refrigerant Tools: Provide system charging/Evacuation equipment, gauges , fittings , and tools required for maintenance of furnished equipment. D. Tool Containers: Hardwood or metal , permanently identified for intended service and mounted , or located , where directed by the Owner's representative. E. Lubricants: A minimum of 0.95 L (1 quart) of oil , and 0.45 kg (1 pound) of grease, of equipment manufacturer's recommended grade and type , in unopened containers and properly identified as to use for each different application . 2.05 WALL, FLOOR AND CEILING PLATES A . Material and Type: Chrome plated brass or chrome plated steel , one piece or split type with concealed hinge , with set screw for fastening to pipe , or sleeve . Use plates that fit tight around pipes , cover openings around p ipes and cover the entire pipe sleeve projection . B. Thickness: Not less than 2.4 mm (3/32 inch) for floor plates. For wall and ceiling plates , not less than 0.64 mm (0.025 inch) for up to 80 mm (3-inch pipe), 0.89 mm (0 .035 inch) for larger pipe. C. Locations : Use where pipe penetrates floors, walls and ceilings in exposed locations , in finished areas only . Provide a watertight joint in spaces where brass or steel pipe sleeves are specified . 2.06 ASBESTOS A. Materials conta ining asbestos are prohib ited. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -12 BASIC HVAC REQUIREMENTS PART 3 -EXECUTION 3.01 GENERAL A. If an installation is unsatisfactory to the Owner's representative, the Contractor shall correct the installation at no additional cost or time to the Owner. 3.02 ARRANGEMENT AND INSTALLATION OF EQUIPMENT AND PIPING A. Location of piping, sleeves, inserts, hangers, and equipment, access provisions shall be coordinated with the work of all trades. The coordination/shop drawings shall be submitted for review . Locate piping, sleeves, inserts, hangers, ductwork and equipment clear of windows, doors, openings, light outlets, and other services and utilities. Equipment coordination/shop drawings shall be prepared to coordinate proper location and personnel access of all facilities. The drawings shall be submitted for review . Follow manufacturer's published recommendations for installation methods not otherwise specified. B. Operating Personnel Access and Observation Provisions: Select and arrange all equipment and systems to provide clear view and easy access, without use of portable ladders, for maintenance and operation of all devices including, but not limited to: all equipment items, valves, filters, strainers, transmitters, sensors, control devices. All gauges and indicators shall be clearly visible by personnel standing on the floor or on permanent platforms . Do not reduce or change maintenance and operating space and access provisions that are shown on the contract documents . C. Equipment and Piping Support: Coordinate structural systems necessary for pipe and equipment support with pipe and equipment locations to permit proper installation . D. Location of pipe sleeves, trenches and chases shall be accurately coordinated with equipment and piping locations. E. Cutting Holes: 1. Cut holes through concrete and masonry by rotary core drill. Pneumatic hammer, impact electric, and hand or manual hammer type drill is prohibited, except as permitted by Owner's representative where working area space is limited. 2. Locate holes to avoid interference with structural members such as slabs, columns, ribs, beams or reinforcing . Holes shall be laid out in advance and drilling done only after approval by Owner's representative. If the Contractor considers it necessary to drill through structural members, this matter shall be referred to Owner's representative for approval. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -13 BASIC HVAC REQUIREMENTS 3. Do not penetrate membrane waterproofing. F. Minor Piping: Generally, small diameter pipe runs from drips and drains, water cooling , and other service are not shown but must be provided. G. Electrical Interconnection of Instrumentation or Controls: This generally not shown but must be provided. This includes interconnections of sensors, transmitters, transducers, control devices, control and instrumentation panels, instruments and computer workstations. Devices shall be located so they are easily accessible for testing, maintenance, calibration, etc. The Owner's representative has the final determination on what is accessible and what is not. Comply with NFPA 70 . H. Protection and Cleaning: 1. Equipment and materials shall be carefully handled, properly stored , and adequately protected to prevent damage before and during installation, in accordance with the manufacturer's recommendations and as approved by the Owner's representative. Damaged or defective items in the opinion of the Owner's representative, shall be replaced. 2. Protect all finished parts of equipment, such as shafts and bearings where accessible, from rust prior to operation by means of protective grease coating and wrapping. Close pipe openings with caps or plugs during installation. Tightly cover and protect fixtures and equipment against dirt, water chemical, or mechanical injury. At completion of all work thoroughly clean fixtures, exposed materials and equipment. I. Install gauges, thermometers, valves and other devices with due regard for ease in reading or operating and maintaining said devices. Locate and position thermometers and gauges to be easily read by operator or staff standing on floor or walkway provided. Servicing shall not require dismantling adjacent equipment or pipe work . J. Install steam piping expansion joints as per manufacturer's recommendations. K. Work in Existing Building: 1. Perform as specified for relocation of existing equipment, alterations and restoration of existing building(s). 2 . Make alterations to existing service piping at times that will least interfere with normal operation of the facility . L. Switchgear/Electrical Equipment Drip Protection: Every effort shall be made to eliminate the installation of pipe above electrical and data/telephone switchgear. If this is not possible, encase pipe in a second pipe with a minimum of joints. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 00 00 -14 BASIC HVAC REQUIREMENTS Installation of piping, ductwork , leak protection apparatus or other installations foreign to the electrical installation shall not be located in the space equal to the width and depth of the equipment and extending from to a height of 1.8 m (6 feet) above the equipment or to ceiling structure , whichever is lower (NFPA 70). M . Inaccessible Equipment: 1. Where the Owner determines that the Contractor has installed equipment not conveniently accessible for operation and maintenance or inspections , equipment shall be removed and reinstalled or remedial action performed as directed at no additional cost or time to the Owner. 2. The term "conveniently accessible" is defined as capable of being reached without the use of ladders , or without climbing or crawling under or over obstacles such as , but not limited to motors , fans, pumps , belt guards, transformers , high voltage lines , conduit and raceways, piping , hot surfaces , and ductwork. The Owner's representative has final determination on whether an installation meets this requirement or not. 3.03 TEMPORARY PIPING AND EQUIPMENT A. Continuity of operation of existing facilities will generally require temporary installation or relocation of equipment and piping. B . The Contractor sha ll provide all required facilit ies in accordance with the requirements of phased construction and maintenance of service. All pip ing and equipment shall be properly supported , sloped to drain, operate without excessive stress , and shall be insulated where injury can occur to personnel by contact with operating facilities. The requirements of Paragraph , Arrangement and Installation of Equipment and Piping apply . C . Temporary facilities and piping shall be completely removed and any openings in structures sealed . Prov ide necessary blind flanges and caps to seal open piping remaining in service . 3.04 RIGGING A. Design is based on application of available equipment. Openings in building structures are planned to accommodate design scheme . B. Alternative methods of equipment delivery may be offered by Contractor and will be considered by Owner under specified restrictions of phasing and maintenance of service requ irements as well as structural integrity of the building. C. Close all openings in the building when not requ ired for rigging operations to maintain proper environment in the facility for Owner's operation and maintenance of service . FWW VILLAGE CREEK WRF , D IGESTER MIXING , FLARE , DOME IMPROVEMENTS CI TY PROJECT NO . 102652 CONFORMED , 12/0 1/2022 23 00 00 -1 5 BASIC HVAC REQUIREMENTS D. Contractor shall provide all facilities required to deliver specified equipment and place on foundations. Attachments to structures for rigging purposes and support of equipment on structures shall be Contractor's full responsibility. Upon request, the Owner's representative will check structure adequacy and advise Contractor of recommended restrictions . E. Contractor shall check all clearances, weight limitations and shall offer a rigging plan designed by a Professional Engineer registered in the State or Commonwealth in which the project is located . F. All modifications to structures, including reinforcement thereof, shall be at Contractor's cost, time and responsibility . G. Follow approved rigging plan. H . Restore building to original condition upon completion of rigging work. 3.05 PIPE AND EQUIPMENT SUPPORTS A. Where hang _er spacing does not correspond with joist or rib spacing, use structural steel channels designed by a structural engineer, secured directly to joist and rib structure that will correspond to the required hanger spacing , and then suspend the equipment and piping from the channels. Drill or burn holes in structural steel only with the prior approval of the Owner's representative. B . Use of chain pipe supports ; wire or strap hangers; wood for blocking, stays and bracing; or, hangers suspended from piping above are prohibited . Replace or thoroughly clean rusty products and paint with zinc primer. C. Hanger rods shall be used that are straight and vertical. Turnbuckles for vertical adjustments may be omitted where limited space prevents use. Provide a minimum of 15 mm (1/2 inch) clearance between pipe or piping covering and adjacent work. D. HVAC Horizontal Pipe Support Spacing: Refer to MSS SP-58 . Provide additional supports at valves, strainers, in-line pumps and other heavy components . Provide a support within one foot of each elbow. E. HVAC Vertical Pipe Supports: 1. Up to 6-inch pipe , 30 feet long, bolt riser clamps to the pipe below couplings, or welded to the pipe and rests supports securely on the building structure . 2 . Vertical pipe larger than the foregoing , support on base elbows or tees, or substantial pipe legs extending to the building structure. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 00 00 -16 BASIC HVAC REQUIREMENTS F. Floor Supports: 1. Provide concrete bases, concrete anchor blocks and pedestals, and structural steel systems for support of equipment and piping. Concrete bases and structural systems shall be anchored and doweled to resist forces under operating and seismic conditions (if applicable) without excessive displacement or structural failure. 2. Bases and supports shall not be located and installed until equipment mounted thereon has been approved. Bases shall be sized to match equipment mounted thereon plus 50 mm (2 inch) excess on all edges . Chiller foundations shall have horizontal dimensions that exceed chiller base frame dimensions by at least 150 mm (6 inches) on all sides. Structural contract documents shall be reviewed for additional requirements. Bases shall be neatly finished and smoothed , shall have chamfered edges at the top, and shall be suitable for painting. 3. All equipment shall be shimmed , leveled, firmly anchored, and grouted with epoxy grout. Anchor bolts shall be placed in sleeves, anchored to the bases. Fill the annular space between sleeves and bolts with a granular material to permit alignment and realignment. 3.06 MECHANICAL DEMOLITION A. Rigging access, other than indicated on the contract documents, shall be provided by the Contractor after approval for structural integrity by the Owner's representative. Such access shall be provided without additional cost or time to the Owner. Where work is in an operating plant, provide approved protection from dust and debris at all times for the safety of plant personnel and maintenance of plant operation and environment of the plant. B. In an operating facility, maintain the operation , cleanliness and safety. Owner's personnel will be carrying on their normal duties of operating, cleaning and maintaining equipment and plant operation. Confine the work to the immediate area concerned; maintain cleanliness and wet down demolished materials to eliminate dust. Debris accumulated in the area to the detriment of plant operation is prohibited . Perform all flame cutting to maintain the fire safety integrity of this plant. Adequate fire extinguishing facilities shall be available at all times. Perform all work in accordance with recognized fire protection standards . Inspection will be made by personnel of the Owner, and Contractor shall follow all directives of the Owner's representative with regard to rigging , safety, fire safety, and maintenance of operations . C . Unless specified otherwise, all piping , wiring, conduit, and other devices associated with the equipment not re-used in the new work shall be completely removed from property per Section 01 7 4 00 -Cleaning and Waste CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00-17 BASIC HVAC REQUIREMENTS Management. This includes all concrete pads , pipe, valves , fittings, insulation , and all hangers including the top connection and any fastenings to building structural systems . All openings shall be sealed after removal of equipment , pipes , ducts, and other penetrations in roof, walls, floors , in an approved manner and in accordance with contract documents where specifically covered . Structural integrity of the build ing system shall be maintained. Reference shall also be made to the contract documents of the other disciplines in the project for additional facilities to be demolished or handled . D. All ind icated valves includ ing gate , globe , ball , butterfly and check , all pressure gauges and thermometers with wells shall remain Owner's property and shall be removed and delivered to Owner's representative and stored as directed. The Contractor shall remove all other material and equipment, devices and demolition debris under these contract documents . Such material shall be removed from the property expeditiously and shall not be allowed to accumulate. 3.07 CLEANING AND PAINTING A. Prior to final inspection and acceptance of the plant and facilities for beneficial use by the Owner, the plant facilities , equipment and systems shall be thoroughly cleaned and painted. Refer to Section 09 90 00 -Painting . B. In addition , the following specia l conditions apply: 1. Cleaning shall be thorough. Solvents , cleaning materials and methods recommended by the manufacturers shall be used for the specific tasks . All rust shall be removed prior to painting and from surfaces to remain unpainted. Repair scratches , scuffs , and abrasions prior to applying prime and finish coats . 2 . The following material and equipment shall not be painted : a . Motors , controllers , control switches , and safety switches. b. Control and interlock devices. c. Regulators d . Pressure reducing valves . e. Control valves and thermostatic elements . f. Lubrication devices and grease fittings . g . Copper, brass , aluminum , stainless steel and bronze surfaces . h . Valve stems and rotating shafts . CONFORMED , 12/0 1/2022 F\/1/W VILLAG E CREEK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -1 8 BASIC HVAC REQUIREMEN T S i. Pressure gauges and thermometers. j. Glass . k. Nameplates. 3. Control and instrument panels shall be cleaned, damaged surfaces repaired , and shall be touched -up with matching paint obtained from panel manufacturer. 4. Pumps , motors, steel and cast-iron bases , and coupling guards shall be cleaned , and shall be touched-up with the same paint type and color as utilized by the pump manufacturer. 5 . Temporary Facilities: Apply paint to surfaces that do not have existing finish coats . This may include painting exposed metals where hangers were removed or where equipment was moved or removed. 6 . Final result shall be smooth, even-colored , even-textured factory finish on all items. Completely repaint the entire piece of equipment if necessary to achieve this . 7 . Lead based paints are prohibited. 3.08 IDENTIFICATION SIGNS A . Provide laminated plastic signs , with engraved lettering not less than 5 mm (3/16 inch) high , designating functions, for all equipment, switches , motor controllers , relays , meters, control devices, including automatic control valves . Nomenclature and identification symbols shall correspond to that used in maintenance manual , and in diagrams specified elsewhere. Attach by chain , adhesive , or screws . B . Factory Built Equipment: Metal plate , securely attached, with name and address of manufacturer, serial number, mode l number, size, performance . C . Pipe Identification : Refer to Section 09 90 00 -Painting . D . Attach ceiling grid label on ceiling grid location directly underneath above-ceiling air terminal , control system component , valve , filter unit , fan etc. 3 .09 MOTOR AND DRIVES A . Use synchronous belt drives only on equipment controlled by soft starters or variable frequency drive motor controllers without a bypass contactor. Use V-belt drives on all other applications. B. Alignment of V-Belt Drives: Set driving and driven shafts parallel and align so that the corresponding grooves are in the same plane. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 23 00 00 -19 BASIC HVAC REQUIREMENTS C. Alignment of Synchronous Belt Drives: Set driving and driven shafts parallel and align so that the corresponding pulley flanges are in the same plane. D. Alignment of Direct-Connect Drives : Securely mount motor in accurate alignment so that shafts are per coupling manufacturer's tolerances when both motor and driven machine are operating at normal temperatures. 3.10 LUBRICATION A. All equipment and devices requiring lubrication shall be lubricated prior to initial operation . Field-check all devices for proper lubrication. B. All devices and equipment shall be equipped with required lubrication fittings or devices. A minimum of 1 quart of oil and 1 pound of grease of manufacturer's recommended grade and type for each different application shall be provided ; also provide 12 grease sticks for lubricated plug valves. Deliver all materials to Owner's representative in unopened containers that are properly identified as to application . C. All lubrication points shall be accessible without disassembling equipment, except to remove access plates. D. All lubrication points shall be extended to one side of the equipment. 3.11 STARTUP, TEMPORARY OPERATION AND TESTING A. Perform tests as recommended by product manufacturer and listed standards and under actual or simulated operating conditions and prove full compliance with design and specified requirements. Tests of the various items of equipment shall be performed simultaneously with the system of which each item is an integral part. B . When any defects are detected , correct defects and repeat test at no additional cost or time to the Owner. C. Startup of equipment shall be performed as described in equipment specifications. Vibration within specified tolerance shall be verified prior to extended operation. 3.12 OPERA TING AND PERFORMANCE TESTS A. Prior to the final inspection , perform required tests as specified in individual Division 23 Specification Sections and submit the test reports and records to the Owner's representative . B . Should evidence of malfunction in any tested system, or piece of equipment or component part thereof, occur during or as a result of tests , make proper CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -20 BASIC HVAC REQUIREMENTS corrections, repairs or replacements, and repeat tests at no additional cost or time to the Owner. C. When completion of certa in work or system occurs at a time when final control settings and adjustments cannot be properly made to make performance tests , then conduct such performance tests and finalize control settings for heating systems and for cooling systems respectively during first actual seasonal use of respective systems following completion of work. Rescheduling of these tests shall be requested in writing to Owner's representative for approval. D . No adjustments may be made during the acceptance inspection. All adjustments shall have been made by this point. CONFORMED , 12/0 1/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -2 1 BAS IC HVAC REQUIREMENTS THIS PAGE INTENTIONALLY LEFT BLANK CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF, DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 00 00 -22 BASIC HVAC REQUIREMENTS SECTION 23 05 93 HVAC TESTING, ADJUSTING, AND BALANCING PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections , apply to this Section . 1.02 SUMMARY A. Section Includes : 1. Balancing Air Systems: a. Constant-volume air systems. 2. Additional Tests a . Sound testing. b. Vibration testing. c . Duct leakage testing. d. Controls verification . 1.03 DEFINITIONS A. AABC -Associated Air Balance Council. B. Adjust -To regulate fluid flow rates and air patterns at the system or terminal level. At the system level an example would be reducing fan speed ; at the terminal level an example would be changing a damper position. C . Balance -To proportion air or water flows within the distribution system, including submains , branches and terminals with respect to design quantities . D. Draft -A current of air, when referring to localized effect caused by one or more factors of high air velocity, low ambient temperature , or direction of airflow, whereby more heat is withdrawn from a person's skin than is normally dissipated. E. Independent -Not affiliated with or in employment of any Contractor. F. NEBB -National Environmental Balancing Bureau . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/01/2022 23 05 93-1 HVAC TESTING ADJUSTING , AND BALANCING G. Procedure -An approach to and execution of a sequence of work operations to yield repeatable results. H. Report Forms -Test data sheets for recording test data in logical order. I. Static Head -The pressure due to the weight of the fluid above the point of measurement. In a closed system , static head is equal on both sides of the pump. J. Suction Head -The height of fluid surface above the centerline of the pump on the suction side . K. System Effect -A phenomenon that can create undesired or unpredicted conditions that cause reduced capacities in all or part of a system. L. System Effect Factors -Allowances used to calculate a reduction of the performance ratings of a fan when installed under conditions different from those presented when the fan was performance tested. M. TAB -Testing, adjusting, and balancing . N. TAB Specialist-An entity engaged to perform TAB Work. 0 . Testing, Adjusting and Balancing (TAB) Agent -The entity responsible for performing and reporting the TAB procedures. P . Terminal -A point where the controlled medium (fluid or energy) enters or leaves the distribution system . 1.04 RELATED SECTIONS A. Section 01 33 00 -Submittals B . Section 23 00 00 -Basic HVAC Requirements C . Section 23 07 00 -HVAC Insulation D. Section 23 09 01 -HVAC Automatic Temperature Controls E . Section 23 31 13 -Metal Ducts and Duct Accessories F. Section 23 34 00 -HVAC Fans G. Section 23 74 00 -Packaged Outdoor HVAC Equipment H. Section 23 81 26 -Split-system Air Conditioners CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 05 93 -2 HVAC TESTING ADJUSTING , AND BALANCING 1.05 PROCEDURES A. Operating Tests. After all mechanical systems have been completed, and prior to balance, subject each system to an operating test under design conditions to ensure proper sequence of operation in all operating modes. Make adjustments as required to ensure proper functioning of all systems. B. Certified Data . The Contractor shall provide the Agency with the certified data on pumps , chillers and other equipment required for proper balancing of the system . C . Adjustment. The Agency shall supervise or perform necessary adjustments to valves, pumps and other controls as required to properly balance the system. D. Balancing. The Agency shall follow balancing and testing procedures published by the AABC , or NEBB. E. Reports : Compile the test data on report forms as listed in the AABC "National Standards for Total System Balance". 1.06 INFORMATIONAL SUBMITTALS A. Qualification Data : Within 60 days of Contractor's Notice to Proceed, submit documentation that the TAB specialist and this Project's TAB team members meet the qualifications specified in "Quality Assurance" Article. B. Contract Documents Examination Report: Within 60 days of Contractor's Notice to Proceed, submit the Contract Documents review report as specified in Part 3.0. C. Strategies and Procedures Plan: Within 60 days of Contractor's Notice to Proceed , submit TAB strategies and step-by-step procedures as specified in "Preparation" Article. D. System Readiness Checklists: Within 60 days of Contractor's Notice to Proceed , submit system readiness checklists as specified in "Preparation" Article. E. Examination Report: Submit a summary report of the examination review required in "Examination" Article . F . Certified TAB reports : Within 21 days of completion of balancing work , submit AABC- certified T&B report. G . Submit one copy of the final T&B Report directly to the design professional of record. Provide five additional copies to the contractor H. Sample report forms. I. Instrument calibration reports , to include the following: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -3 HVAC TESTING ADJUSTING , AND BALANCING 1. Instrument type and make . 2 . Serial number. 3 . Application. 4. Dates of use. 5 . Dates of calibration. 1.07 QUALITY ASSURANCE A. Refer to Articles, Quality Assurance and Submittals in Section 23 00 00 -Basic HVAC Requirements. B . Qualifications : 1. TAB Agency: The TAB agency shall be a subcontractor of the General Contractor and shall report to and be paid by the General Contractor. 2 . The TAB agency shall be either a certified member of MBC or certified by the NEBB to perform TAB service for HVAC, water balancing and vibrations and sound testing of equipment. The certification shall be maintained for the entire duration of duties specified herein . If, for any reason , the agency loses subject certification during this period , the General Contractor shall immediately notify the Resident Eng ineer and submit another TAB firm for approval. Any agency that has been the subject of disciplinary action by either the MBC or the NEBB within the five years preceding Contract Award shall not be eligible to perform any work related to the TAB. All work performed in this Section and in other related Sections by the TAB agency shall be considered invalid if the TAB agency loses its certification prior to Contract completion , and the successor agency's review shows unsatisfactory work performed by the predecessor agency. 3. TAB Specialist: The TAB specialist shall be either a member of MBC or an experienced technician of the Agency certified by NEBB. The certification shall be maintained for the entire duration of duties specified herein . If, for any reason , the Specialist loses subject certification during this period , the General Contractor shall immediately notify the Resident Engineer and submit another TAB Specialist for approval. Any individual that has been the subject of d isciplinary action by either the MBC or the NEBB within the five years preceding Contract Award shall not be eligible to perform any duties related to the HVAC systems, including TAB . All work specified in this Section and in other related Sections performed by the TAB special ist shall be considered invalid if the TAB Specialist loses its CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -4 HVAC TESTING ADJUSTING , AND BALANCING certification prior to Contract completion and must be performed by an approved successor. 4 . TAB Specialist shall be identified by the General Contractor within 60 days after the notice to proceed . The TAB specialist will be coordinating, scheduling and reporting all TAB work and related activities and will provide necessary information as required by the Resident Engineer. The responsibilities would specifically include : a. Shall directly supervise all TAB work. b. Shall sign the TAB reports that bear the seal of the TAB standard. The reports shall be accompanied by report forms and schematic drawings required by the TAB standard , AABC or NEBB. c . Would follow all TAB work through its satisfactory completion. d. Shall provide final markings of settings of all HVAC adjustment devices . e. Permanently mark location of duct test ports. 5. All TAB technicians performing actual TAB work shall be experienced and must have done satisfactory work on a minimum of 3 projects comparable in size and complexity to this project. Qualifications must be certified by the TAB agency in writing . The lead technician shall be certified by AABC or NEBB C. Test Equipment Criteria : The instrumentation shall meet the accuracy/calibration requirements established by AABC National Standards or by NEBB Procedural Standards for Testing , Adjusting and Balancing of Environmental Systems and instrument manufacturer. Provide calibration history of the instruments to be used for test and balance purpose . D. Tab Criteria: 1. One or more of the applicable AABC, NEBB or SMACNA publications, supplemented by ASHRAE Handbook "HVAC Applications" Chapter 38, and requirements stated herein shall be the basis for planning, procedures, and reports. 2 . Flow rate tolerance: Following tolerances are allowed. For tolerances not mentioned herein follow 2011 ASHRAE Handbook "HVAC Applications", Chapter 38 , as a guideline. Air Filter resistance during tests , artificially imposed if necessary, shall be at least 100 percent of manufacturer recommended change over pressure drop values for pre-filters and after-filters . CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -5 HVAC TESTING ADJUSTING , AND BALANCING a . Air handling unit and all other fans , cubic meters/min (cubic feet per minute): Minus 0 percent to plus 10 percent. b. Minimum outside air: 0 percent to plus 10 percent. c . Individual room air outlets and inlets, and air flow rates not mentioned above: Minus 5 percent to plus 10 percent except if the air to a space is 100 CFM or less the tolerance would be minus 5 to plus 5 percent. 3. Systems shall be adjusted for energy efficient operation as described in PART 3. 4. Typical TAB procedures and results shall be demonstrated to the Resident Engineer for one air distribution system (including all fans, three terminal units, three rooms randomly selected by the Resident Engineer) and one hydronic system (pumps and three coils) as follows : a. When field TAB work begins . b . During each partial final inspection and the final inspection for the project if requested by Owner's Representative. E. ASHRAE Compliance: Applicable requirements in ASHRAE 62 .1, Section 7.2.2 -Air Balancing ." F. ASHRAE/IESNA Compliance : Applicable requirements in ASHRAE/IESNA 90.1, Section 6.7 .2.3 -System Balancing . 1.08 FIELD CONDITIONS A . Full Owner Occupancy: Owner will occupy the site and existing building during entire TAB period. Cooperate with Owner during TAB operations to minimize conflicts with Owner's operations. B. Partial Owner Occupancy: Owner may occupy completed areas of building before Substantial Completion. Cooperate with Owner during TAB operations to minimize conflicts with Owner's operations. 1.09 WARRANTY A. Provide one of the following performance guarantees: 1. MBC National Project Performance Guarantee 2 . NEBB Certificate of Conformance Certification 3 . TABB Quality Assurance Program Guarantee CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 05 93 -6 HVAC TESTING ADJUSTING , AND BALANCING B. Guarantee shall include provisions that the certified TAB firm has tested and balanced systems according to the Contract Document and that the systems are balanced to optimum performance capabilities within design and installation limits. PART 2 -PRODUCTS 2.01 INSTRUMENT TEST HOLES A. Provide plastic plugs to seal holes drilled in ductwork for test purposes. 2.02 INSULATION REPAIR MATERIAL A. See Section 23 07 00 -HVAC Insulation . Provide for repair of insulation removed or damaged for TAB work . PART 3 -EXECUTION 3.01 EXAMINATION A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems' designs that may preclude proper T&B of systems and equipment. B. Examine systems for installed balancing devices, such as test ports, gage cocks , thermometer wells, flow-control devices, balancing valves and fittings, and manual volume dampers. Note the locations of devices that are not accessible for testing and balancing . C . Examine the approved submittals for HVAC systems and equipment. D. Examine ceiling plenums and underfloor air plenums used for supply, return , or relief air to verify that are properly separated from adjacent areas. Verify that penetrations in plenum walls are sealed and fire-stopped if required. E. Examine equipment performance data including fan and pump curves. F. Examine HVAC equipment and verify that bearings are greased, belts are aligned and tight, clean permanent filters are installed, and equipment with functioning controls is ready for operation. G. Examine terminal units, such as variable-air-volume boxes, and verify that they are accessible and their controls are connected , configured by the controls contractor , and functioning. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -7 HVAC TESTING ADJUSTING , AND BALANCING H. Examine strainers to verify that mechanical contractor has replaced startup screens with permanent screens and that all strainers have been cleaned. I. Examine two-way valves for proper installation and function. J. Examine three-way valves for proper installation for their intended function of diverting or mixing fluid flows . K. Examine heat-transfer coils for correct piping connections and for clean and straight fins. L. Examine air vents to verify that mechanical contractor has removed all air from all hydronic systems. 3.02 PREPARATION A. Prepare a T&B plan that includes the following: 1. Equipment and systems to be tested . 2 . Strategies and step-by-step procedures for balancing the systems. 3. Instrumentation to be used. 4 . Sample forms with specific identification for all equipment. B. Prepare system-readiness checklists, as described in the "AABC National Standards for Total System Balance," for use by systems installers in verifying system readiness for T&B. These shall include, at a minimum, the following: 1. Airside: a. Ductwork is complete with terminals installed. b. Volume , smoke and fire dampers are open and functional. c . Clean filters are installed . d . Fans are operating , free of vibration, and rotating in correct direction . e. Variable-frequency controllers' start-up is complete and safeties are verified. f. Automatic temperature-control systems are operational. g. Ceilings are installed. h. Windows and doors are installed. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -8 HVAC TESTING ADJUSTING , AND BALANCING i. Suitable access to balancing devices and equipment is provided. 3.03 GENERAL PROCEDURES FOR TESTING AND BALANCING A. Perform testing and balancing procedures on each system according to the procedures contained in AABC's "National Standards for Total System Balance" and in this Section. 1. Cut insulation, ducts , pipes, and equipment cabinets for installation of test probes to the minimum extent necessary for T&B procedures. 2. Mark equipment and balancing devices, including damper-control positions, valve position indicators , fan-speed-control levers, and similar controls and devices , with paint or other suitable, permanent identification material to show final settings. 3. Adjust fan speeds by maximizing adjustable sheaves and pump impeller speeds if required to obtain air and water flow rates specified or indicated. If, with these adjustments and equipment changes, the specified or indicated design flow rates cannot be attained, notify the Resident Engineer. 4 . Take and report testing and balancing measurements in inch-pound (IP)units. 3.04 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS A. Prepare test reports for both fans and outlets. Obtain approved submittals and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes. B. Prepare single-line schematic diagram of systems for the purpose of identifying HVAC components. C . For variable-air-volume systems, develop a plan to simulate diversity . D. Determine the best locations in main and branch ducts for accurate duct-airflow measurements. E. Locate start-stop and disconnect switches, electrical interlocks, and motor starters. F. Verify that motor starters are equipped with properly sized thermal protection. G. Check condensate drains for proper connections and functioning . H. Check for proper sealing of air-handling-unit components. 3.06 PROCEDURES FOR CONSTANT-VOLUME AIR SYSTEMS A. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by fan manufacturer. FWW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 05 93 -9 HVAC TESTING ADJUSTING , AND BALANCING 1. Measure total airflow . a. Set outside air, return air and relief air dampers for proper position that simulates minimum outdoor air conditions. b. Where duct conditions allow , measure airflow by Pitot-tube traverse. If necessary, perform multiple Pitot-tube traverses to obtain total airflow. c . Where duct conditions are not suitable for Pitot-tube traverse measurements , a coil traverse may be acceptable . d . If a reliable Pitot-tube traverse or coil traverse is not possible , measure airflow at terminals and calculate the total airflow. 2 . Measure fan static pressures as follows: a . Measure static pressure directly at the fan outlet or through the flexible connection. b. Measure stat ic pressure directly at the fan inlet or through the flexible connection. c . Measure static pressure across each component that makes up the air- handling system. d . Report any artificial loading of filters at the time static pressures are measured. 3 . Do not make fan-speed adjustments that result in motor overload . Consult equipment manufacturers about fan-speed safety factors. Modulate dampers and measure fan-motor amperage to ensure that no overload will occur. Measure amperage in full-cooling , full-heating , economizer, and any other operating mode to determine the maximum required brake horsepower. B . Adjust volume dampers for main duct, submain ducts , and major branch ducts to indicated airflows . 1. Measure airflow of submain and branch ducts. 2 . Adjust sub-main and branch duct volume dampers for specified airflow. Re-measure each sub-main and branch duct after all have been adjusted . C . Adjust air inlets and outlets for each space to indicated airflows. 1. Set airflow patterns of adjustable outlets for proper distribution without drafts . 2. Measure airflow at all inlets and outlets . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -10 HVAC TESTING ADJUSTING , AND BALANCING 3. Adjust each inlet and outlet for specified airflow. 4 . Re-measure each inlet and outlet after all have been adjusted. D. Verify final system conditions. 1. Re-measure and confirm minimum outdoor air, return and relief airflows are within design. Readjust to design if necessary. 2. Re-measure and confirm total airflow is within design . 3. Re-measure all final fan operating data, rpms, volts , amps, static profile. 4. Mark all final settings. 5 . Test system in economizer mode. Verify proper operation and adjust, if necessary. 6. Measure and record all operating data. 7. Record final fan-performance data. 3.07 PROCEDURES FOR MOTORS A. Motors, 1/2 HP and Larger: Test at final balanced conditions and record the following data: 1. Manufacturer's name, model number, and serial number. 2 . Motor horsepower rating . 3 . Motor rpm. 4 . Phase/Hertz (Hz) 5. Nameplate and measured voltage, each phase. 6 . Nameplate and measured amperage, each phase. 7. Starter size and thermal-protection-element rating. 8 . Service factor and frame size . B. Motors Driven by Variable-Frequency Controllers: Test the manual bypass of the controller to prove proper operation . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -1 1 HVAC TESTING ADJUSTING , AND BALANCING 3.08 PROCEDURES FOR CHILLERS A. Balance water flow through each evaporator and condenser to within specified tolerances with all pumps operating per design sequence . Record the following data with each chiller operating at design conditions : 1. Evaporator-water entering and leaving temperatures , pressure drop , and water flow . 2 . For water-cooled chillers, condenser-water entering and leaving temperatures, pressure drop, and water flow. 3. Power factor if shown on the chiller display panel. 4. Kilowatt input if shown on the chiller display panel. 5. Capacity: Calculate in tons of cooling . 6. For air-cooled chillers, verify condenser-fan rotation and record fan and motor data including number of fans and entering-and leaving-air temperatures . 3.09 PROCEDURES FOR CONDENSING UNITS A. Verify proper rotation of fans. B. Measure entering-and leaving-air temperatures . C . Record fan and motor operating data . 3.10 TOLERANCES A. Set HVAC system's air flow rates and water flow rates within the following tolerances: 1. Supply, Return , and Exhaust Fans and Equipment with Fans : Plus or minus 10 percent. 2 . Air Outlets and Inlets : Plus or minus 10 percent. 3. Heating-Water Flow Rate: Plus or minus 10 percent. 4 . Cooling-Water Flow Rate : Plus or minus 10 percent. B. Maintaining pressure relationships as designed shall have priority over the tolerances specified above . CONFORMED , 12/0 1/2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -12 HVAC TESTING ADJUSTING , AND BALANCING 3.11 FINAL TEST AND BALANCE REPORT A. The report shall be a complete record of the HVAC system performance, including conditions of operation , items outstanding, and any deviations found during the T&B process. The final report also provides a reference of actual operating conditions for the owner and/or operations personnel. All measurements and test results that appear in the reports must be made on site and dated by the AABC technicians or test and balance engineers . B . The report must be organized by systems and shall include the following information as a minimum: 1. Title Page: a. AABC or NEBB certified company name b. Company address c. Company telephone number d. Project identification number e . Location f . Project Architect g . Project Engineer h. Project Contractor i. Project number j. Date of report k. AABC or NEBB Certification Statement I. Name, signature , and certification number of AABC or NEBB TBE 2 . Table of Contents. 3. AABC National Performance Guaranty. 4 . Report Summary: a . The summary shall include a list of items that do not meet design tolerances, with information that may be considered in resolving deficiencies. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93-13 HVAC TESTING ADJUSTING , AND BALANCING 5. 6 . Instrument List: a. Type . b. Manufacturer. C. Model. d . Serial Number. e. Calibration Date. T&B Data: a. Provide test data for specific systems and equipment as required by the most recent edition of the "AABC National Standards." C. One copy of the final test and balance report shall be sent directly to the design professional of record. Provide five additional copies to the contractor. 3.12 VERIFICATION OF T&B REPORT A. Final Verification : 1. After testing and balancing is complete and accurately documented in the final report , request that a final verification be made by design professional. 2 . The T&B Agency shall conduct the verification in the presence of design professional . 3. Design Professional shall randomly select measurements , documented in the final report , to be rechecked . Rechecking shall be limited to either 10 percent of the total measurements recorded or the extent of measurements that can be accomplished in a normal 8-hour business day. 4. If rechecks y ield measurements that differ from the measurements documented in the final report by more than the tolerances allowed , the measurements shall be noted as "FAILED ." 5. If the number of "FAILED" measurements is greater than 10 percent of the total measurements checked during the final verification , the testing and balancing shall be considered incomplete . CONFORMED , 12/0 1/2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -14 HVAC TESTING ADJUSTING , AND BALANCING 3.13 REVERIFICATION: A T&B Agency shall recheck all measurements and make adjustments as required to complete the balancing. Revise the final report and balancing device settings to include all changes; resubmit the final report and request a second verification . B. If the second verification also fails , Design Professional may contact AABC Headquarters regarding the AABC National Performance Guaranty. 3.14 ADDITIONAL TESTS A Seasonal Periods: If initial T&B procedures were not performed during near-peak conditions, the engineer may request a temperature recheck to further verify performance at near-peak conditions. B . Sound Testing 1. After the systems are balanced and the spaces are architecturally complete, read and record sound levels at locations as designated by the design professional of record. 2. Instrumentation: a. The sound-testing meter shall be a portable, general-purpose testing meter consisting of a microphone, processing unit, and readout. b . The sound-testing meter shall be capable of showing fluctuations at minimum and maximum levels, and measuring the equivalent continuous sound pressure level (LEQ). c. The sound-testing meter must be capable of using 1/3 octave band filters to measure mid-frequencies from 31 .5 HZ to 8000 HZ . d. The accuracy of the sound-testing meter shall be ±1 decibel. 3 . Test Procedures a. Perform test at the quietest background noise period. Note any cause of unpreventable sound that may affect the test outcome. b. Equipment should be operating at design values . c. Calibrate the sound-testing meter prior to taking measurements. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 05 93-15 HVAC TESTING ADJUSTING , AND BALANCING d . Use a microphone suitable for the type of noise levels measured that is compatible with the meter. Provide a windshield for outside or in-duct measurements . e. Record a set of background measurements in dB(A), and sound pressure levels in the eight un-weighted octave bands [63 HZ to 8000 HZ (NC)] with the equipment off. f. Take sound readings in dB(A), and sound pressure levels in the eight un- weighted octave bands [63 HZ to 8000 HZ (NC)] with the equipment on . g. Take readings no closer than 3' from a wall or from the operating equipment, and approximately 5' from the floor, with the meter held or mounted on a tripod . h. For outdoor measurements, move the sound-testing meter slowly and scan the area that has the greatest exposure to the noise source being tested. (This type of reading is generally performed using the A-Weighted scale). 4. Reporting a . The report must record : the location , the system tested , the dB(A) reading , and the sound pressure level in each octave band with equipment on and off. b. Plot all the sound pressure levels on the [NC] work sheet, with the equipment on and off. C. Vibration Testing: 1. After the systems are balanced and the spaces are architecturally complete, read and record vibration levels on all equipment with motor horsepower equal to or greater than 25 hp . 2. Instrumentation: a. The vibration meter should be portable , battery-operated, and microprocessor-controlled , with or without a built-in printer. b . The meter shall automatically identify engineering units , filter bandwidth , amplitude and frequency scale values. c. The meter shall be able to measure machine vibration displacement in mils of deflection , velocity in inches per second , and acceleration in inches per second squared . CONFORMED , 12/0 1/2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -1 6 HVAC TESTING ADJUSTING , AND BALANCING 3. Test Procedures: a. Verify that the vibration meter calibration date is current before taking readings. b. To ensure accurate readings, verify that the accelerometer has a clean, flat surface and is mounted properly. c. With the unit running, set up the vibration meter in a safe, secure location. Connect the transducer to the meter with the proper cables. Hold the magnetic tip of the transducer on top of the bearing, and measure the unit in mils of deflection . Record the measurement, then move the transducer to the side of the bearing, and record in mils of deflection. Record an axial reading in mils of deflection by holding the nonmagnetic, pointed transducer tip on the end of the shaft. d. Change the vibration meter to velocity (inches per second) measurements. Repeat and record the above measurements. e. Record the CPM or the RPM. f. Read each bearing on the motor, fan, and/or pump as required. Track and record vibration levels from the rotating component through the casing to the base . 4 . Reporting a . The report must record the location and the system tested. b. Include horizontal-vertical-axial measurements for all tests . c. Verify that vibration limits follow specifications, or, if not specified , follow the "General Machinery Vibration Severity Chart" or "Vibration Acceleration General Severity Chart" from the AABC National Standards. Acceptable levels of vibration are normally "Smooth" to "Good." d. Include in the report the Machinery Vibration Severity Chart, with conditions plotted. D. Duct Leakage Testing: 1. Witness the duct pressure testing performed by the mechanical/installing contractor. 2. Verify that proper test methods are used and that leakage rates are within specified tolerances . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 05 93 -17 HVAC TESTING ADJUSTING , AND BALANCING 3. Report any deficiencies observed. E. Controls Verification 1. In conjunction with system balancing perform the following: a. Work with the temperature control contractor to ensure the system is operating within the design limitations, and gain a mutual understanding of intended control performance. b . Confirm that the sequences of operation are in compliance with the approved drawings. c. Verify that controllers are calibrated and function as intended. d . Verify that controller setpoints are as specified . e . Verify the operation of lockout or interlock systems . f. Verify the operation of all valve and damper actuators . g . Verify that all controlled devices are properly installed and connected to the correct controller. h. Verify that all controlled devices travel freely and are in the position indicated by the controller: open , closed , or modulating . i. Verify the location and installation of all sensors to ensure they will sense only the intended temperatures , humidities , or pressures . 2 . Reporting a . The report shall include a summary of verifications performed , remaining deficiencies, and any variations from specified conditions CONFORMED , 12/01 /202 2 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 05 93 -18 HVAC TESTING ADJUSTING , AND BALANCING SECTION 23 07 00 HVAC INSULATION PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Specifications throughout all Divisions of the Project Manual are directly applicable to this Section, and this Section is directly applicable to them. C. Division 07 Section "Firestopping". 1.02 SUMMARY A. Work Included: 1. Flexible Glass Wool Blanket 2. Flexible Elastomeric Duct Insulation 3 . Glass Wool Pipe Insulation 4. Flexible Elastomeric Pipe Insulation 5. Cellular Glass Pipe Insulation 6. Glass Mineral Wool Equipment Insulation 7. Jacketing 8. Accessories 9. Duct Insulation Accessories 10. Duct Insulation Compounds 11. Outdoor Ducting Cover 1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the specifications , all work herein shall conform to the applicable requirements of the following documents . All referenced specifications, codes, and standards refer to the most current issue available at the time of Bid. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 07 00 -1 HVAC INSULATION 1. ASTM E84 "Standard Test Method for Surface Burning Characteristics of Building Materials". 2. ASTM C533 "Standard Specification for Calcium Silicate Block and Pipe Thermal Insulation ". 3 . NFPA 255 "Standard Method of Test of Surface Burning Characteristics of Building Materials". 4. ASTM C921 "Standard Practice for Determining the Properties of Jacketing Materials for Thermal Insulation ". 5 . ASTM C1071A "Standard Specification for Fibrous Glass Duct Lining Insulation ". 6 . ASTM C1136 "Standard Specification for Flexible, Low Permeance Vapor Retarders for Thermal Insulation". 1.04 SUBMITTALS A. Shop Drawings: Submit for approval, Shop Drawings showing the following: 1. Manufacturers' catalog literature , specifications, and illustrations with the following information : a . Thermal properties . b. Physical properties (thickness , density, etc.). c . Fire hazard ratings. d. Facing information. e . Installation instructions . f. Jointing recommendations for butt joints and longitudinal seam . g. Fabrication instructions for duct fittings and valve insulation and coatings. 2 . Schedule of Project Specific Product Data : Identify thermal conductivity , thickness , and jackets (both factory and field applied , if any), for each type of product indicated and for which type of duct or piping system it is associated with. Submit a tabular schedule for the entire project. 3 . Samples: For each type of insulation and field -applied jacket. Identify each Sample , describing product and intended use . Submit 8-inch square sections of each sample material. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENT S CITY PROJECT NO . 102652 23 07 00 -2 HVAC INSULATION 4. Installer Certificates: Signed by the Contractor certifying that installers comply with requirements. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Skilled mechanics who have successfully completed an apprenticeship program or another craft training program certified by the U.S. Department of Labor, Bureau of Apprenticeship and Training. Company or firm that employs the insulation installers shall have a minimum of 5 years of experience in the business of installing HVAC related duct and piping insulation systems . B. Fire-Test-Response Characteristics : As determined by testing materials identical to those specified in this Section according to ASTM E 84, by a testing and inspecting agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and sealer and cement material containers with appropriate markings of applicable testing and inspecting agency. C. Products shall not contain asbestos, lead, mercury, or mercury compounds . D. Supply insulation products that assure excellent IAQ (Indoor Air Quality) performance through Greenguard Certification whenever possible. E . Products that come in contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested according to ASTM C 871. F. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable according to ASTM C 795. G. Design Criteria : Insulation systems including covering , mastics , adhesives, sealers and facings shall have the following fire hazard classifications: 1. Flame spread , 25 maximum. 2. Fuel contributed, 50 maximum. 3. Smoke developed, 50 maximum . H. Source Quality Control : Perform the following tests and inspections at the factory : 1. Flame spread. 2. Smoke developed. 3 . Fuel contributed . I. Requirements of Regulatory Agencies: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00 -3 HVAC INSULATION 1. Permits : Contractor shall obtain and pay for all required fees, inspections and approvals by authorities having jurisdiction. 2. Building Codes : Comply with applicable requirements of all State and local building codes . 3 . Underwriters' Laboratories, Incorporated. 4 . National Fire Protection Association . J. Reference Standards: Comply with applicable provisions and recommendations of the following except as otherwise shown or specified : 1. Federal Specification HH 1 558B , Insulation Blocks, Boards, Blankets , Felts , Sleeves , Duct Fitting Covering . 2 . ASTM C 547, Mineral Fiber Preformed Duct Insulation. 3 . ASTM E 84, Surface Burning Characteristics of Building Materials . K. Field Measurements: Take field measurements where required prior to installation to ensure proper fitting of Work. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Material : Material shall be delivered to the job site in corrugated cartons . B . Packaging : Ship insulation materials in containers marked by manufacturer with appropriate ASTM specification designation , type and grade, and maximum use temperature. C . Storage of Material: 1. Store material in clean , dry area, out of the weather. 2. Material shall be tightly covered to protect against dirt, water, mechanical injury or chemical damage. 3 . Material shall remain in original cartons until time of installation . 4 . Insulation and Mold : Store all cartons of insulation elevated off the floor on pallets or wood blocking away from dust, dirt and debris . Store in a clean , dry, well- ventilated area . Carefully inspect any insulation that has been exposed to water. If insulation shows any sign of mold growth it must be discarded . If the material is wet but shows no sign of mold, it should be dried rapidly and thoroughly . If it shows signs of facing degradation from wetting, it should be replaced. Mineral fiber based air handling insulation used in the air stream must be discarded if exposed to water regardless of signs of mold. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00 -4 HVAC INSULATION 1.07 JOB CONDITIONS A. Protection: 1. All material applied in one day shall have the vapor barrier applied the same day and any exposed ends shall be temporarily protected with a moisture barrier and sealed to the duct. 2. Insulating materials shall, at all times , be protected from moisture. 3. Material shall be warehoused on or near the job site and drawn from this protected area as used. 1.08 DEFINITIONS A. Greenguard: Greenguard Environmental Institute , independent testing of products for emissions of respirable particles and Volatile Organic Compounds (VOCs), including formaldehyde and other specific product-related pollutants . Provides independent, third- party certification of IAQ performance. Certification is based upon criteria used by EPA, OSHA and WHO. B. IAQ : Indoor Air Quality C . EPA: Environmental Protection Agency D. WHO: World Health Organization E. ASJ: All Service Jacket F. SSL: Self-Sealing Lap G . FSK: Foil-Scrim-Kraft; jacketing H. PSK: Poly-Scrim-Kraft; jacketing I. PVC: Polyvinyl Chloride J . FRP : Fiberglass Reinforced Plastic 1.09 COORDINATION A. Schedule insulation application after testing duct and piping systems. Insulation application may begin on segments of duct or piping that has satisfactory test results . Do not install insulation prior to building interior being fully enclosed and weather tight. B. Coordinate clearance requirements with duct and piping installers for insulation application . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00-5 HVAC INSULATION C . Coordinate size and location of supports, hangers, and insulation shields specified in Division 23 . D. Coordinate clearance requirements with piping Installer for piping insulation application duct Installer for duct insulation application, and equipment Installer for equipment insulation application. PART 2 -PRODUCTS 2.01 A. B. C. D. MANUFACTURERS Flexible Glass Wool Blanket: 1. Certainteed 2. Johns Manville 3. Knauf 4 . Owens-Corning 5. Or approved equivalent. Flexible Elastomeric Duct Insulation: 1. Armacell LLC Armaflex 2. K-Flex USA 3 . Aeroflex USA 4. Or approved equivalent. Glass Wool Pipe Insulation: 1. Certainteed 2 . Johns Manville 3. Knauf 4. Owens-Corning 5 . Or approved equivalent. Flexible Elastomeric Pipe Insulation: 1. Insulation: FWW VILLAGE CREEK WRF , DIGESTER MIXING, FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 23 07 00-6 HVAC INSULATION a . Armacell LLC Armaflex b. K-Flex C. Or approved equivalent. 2. Glue: a . Armacell LLC Armaflex Low VOC Adhesive b . K-Flex c. Or approved equivalent. 3. Paint: a . Armacell LLC Armaflex b. K-Flex c. Or approved equivalent. E. Cellular Glass : F. G . 1. Pittsburgh Corning 2 . Owens Corning 3. Or approved equivalent. Glass Mineral Wool Equipment Insulation : 1. Certainteed 2. Johns Manville 3. Knauf 4 . Owens-Corning 5 . Or approved equivalent. Jacketing : 1. ITW Insulation Systems 2. Johns Manville 3 . GL T Products FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/0 1/2022 23 07 00 -7 HVAC INSULATION 4. Or approved equivalent. H . Accessories : 1. ITW Insulation Systems 2 . Johns Manville 3. GL T Products 4 . Or approved equivalent. I. Duct Insulation Accessories: 1. Certainteed 2. Johns Manville 3 . Owens-Corning 4 . Or approved equivalent. J. Duct Insulation Compounds : 1. Certainteed 2. Johns Manville 3 . Owens-Corning 4 . Or approved equivalent. K . Outdoor Ducting Cover: 1. Certainteed 2 . Johns Manville 3 . Owens-Corning 4. Or approved equivalent. 2.02 FLEXIBLE GLASS WOOL BLANKET A. ASTM C553, Type 1, Class B-2 ; flexible blanket. 1. 'K' Value : 0.27 BTU*in/(hr*sf""F) at 75 degrees F installed, maximum service temperature: 250 degrees F . CONFORMED , 12/01/2022 FVI/W VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00 -8 HVAC INSULATION 2. Density: 0. 75 pounds per cubic foot. 3. OBOE-free. UL/E validated to be formaldehyde-free. 4. Vapor Barrier Jacket: FSK aluminum foil reinforced with glass wool yarn and laminated to fire resistant Kraft , secured with UL listed pressure sensitive tape or outward clinched expanded staples and vapor barrier mastic as needed. 2.03 FLEXIBLE ELASTOMERIC DUCT INSULATION A. Elastomeric Foam: ASTM C534; flexible , cellular elastomeric, molded or sheet. 1. Thermal Conductivity Value: 0.28 BTU*in/(hr*sf"F) at 75 degrees F. 2. Maximum Service Temperature of 220 degrees F. 3. Maximum Flame Spread : 25 . 4. Maximum Smoke Developed : 50 (1-inch thick and below). 5. Connection: Waterproof vapor retarder adhesive as needed. 6 . UV Protection: UV outdoor protective coating as needed per manufacturer's requirements. 8 . Glue : Contact adhesive specifically manufactured for cementing flexible elastomeric foam . C. Paint: Nonhardening high elasticity type, manufactured as protective covering of flexible elastomeric foam insulation for prevention of degradation due to exposure to sunlight and weather . 2.04 GLASS WOOL PIPE INSULATION A. Glass Wool: ASTM C547 Type I and IV ; rigid molded, noncombustible . 1. Thermal Conductivity Value : As indicated in the insulation tables below. 2 . Maximum Service Temperature: 850 degrees F to 1000 degrees F. 8 . Vapor Retarder Jacket: White Kraft paper reinforced with glass wool and bonded to aluminum foil , secure with self-sealing longitudinal laps and butt strips or vapor barrier mastic. 2.05 FLEXIBLE ELASTOMERIC PIPE INSULATION A. Elastomeric Foam : ASTM C534; flexible , cellular elastomeric, molded or sheet. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00 -9 HVAC INSULATION 1. Thermal Conductivity Value : As indicated in the insulation tables below . 2. Maximum Service Temperature of 220 degrees F. 3. Maximum Flame Spread : 25. 4. Maximum Smoke Developed : 50 (1-inch thick and below). 5 . Connection: Waterproof vapor retarder adhesive as needed . 6 . UV Protection : UV outdoor protective coating per manufacturer's requirements . B . Glue: Contact adhesive specifically manufactured for cementing flexible elastomeric foam . C . Paint: Nonhardening high elasticity type , specifically manufactured as protective covering of flexible elastomeric foam insulation for prevention of degradation due to exposure to sunlight and weather. 2.06 CELLULAR GLASS PIPE INSULATION A. Cellular Glass Insulation : Foamglass pipe insulation fabricated in accordance with ASTM C552 and C585. Thermal conductivity as indicated in the insulation tables relow. 2.07 GLASS MINERAL WOOL EQUIPMENT INSULATION A. Flexible Glass Mineral Wool Blanket: ASTM C612; flexible . 1. Thermal Conductivity Value : As indicated in the insulation tables below. 2 . Maximum Service Temperature : 450 degrees F. 2.08 JACKETING A . Canvas Jacket: UL listed fabric , 6 ounce/sq.yd ., plain weave cotton treated with dilute fire retardant lagging adhesive . B. PVC preformed molded insulation covers. Zeston or approved equivalent. C . Aluminum Jacket: 0 .016-inch-thick sheet, (smooth/embossed) finish, with longitudinal slip joints and 2-inch laps , die-shaped fitting covers with factory attached protective liner. D. Stainless Steel Jacket: Type 304 stainless steel , 0.010-inch , smooth finish . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 07 00 -10 HVAC INSULATION 2.09 ACCESSORIES A. Equipment Insulation Jacketing : Presized glass cloth, not less than 7.8 ounces/sq .yd., except as otherwise indicated . Coat with gypsum based cement. B. Equipment Insulation Compounds : Provide adhesives, cement, sealers , mastics and protective finishes as recommended by insulation manufacturer for applications indicated. C. General : Provide staples, bands , wire , wire netting , tape corner angles , anchors , stud pinsand metal covers as recommended by insulation manufacturer for applications indicated. Accessories , i.e ., adhesives , mastics , cements and tape to have the same flame and smoke component ratings as the insulation materials with which they are used. Shipping cartons to bear a label indicating that flame and smoke ratings do not exceed those listed above. Provide permanent treatment of jackets or facings to impart flame and smoke safety. Provide non-water soluble treatments . Provide UV protection recommended by manufacturer for outdoor installation. 2.10 DUCT INSULATION ACCESSORIES A. Staples, bands , wires, tape, anchors , corner angles and similar accessories as recommended by insulation manufacturer for applications indicated. 2.11 DUCT INSULATION COMPOUNDS A. Cements , adhesives , coatings , sealers, protective finishes and similar accessories as recommended by insulation manufacturer for applications indicated. 2.12 OUTDOOR DUCTING COVER A. Aluminum Jacket: 0.016-inch-thick sheet, smooth/embossed finish, with longitudinal slip joints and 2-inch laps. B. Non-water vapor retarder, nonburning , weatherproof coating for use over insulation where "breathing" is required . C. UV resistant polyvinyl chloride covering with joints secured and sealed . PART 3-EXECUTION 3.01 GENERAL INSTALLATION REQUIREMENTS A. Verification of Conditions : 1. Do not apply insulation until pressure testing and inspection of ducts and piping has been completed. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00-11 HVAC INSULATION 2 . Examine areas and conditions under which duct and pipe insulation will be installed . Do not proceed with work until unsatisfactory conditions have been corrected. B. Preparation: Clean and dry surfaces to be insulated. C. Installation: 1. Insulation: Continuous through walls, floors and partitions except where noted otherwise . 2. Piping and Equipment: a. Install insulation over clean, dry surfaces with adjoining sections firmly butted together and covering surfaces . Fill voids and holes. Seal raw edges. Install insulation in a manner such that insulation may be split, removed, and reinstalled with vapor barrier tape on strainer caps and unions. Do not install insulation until piping has been leak tested and has passed such tests. Do not insulate manholes, equipment manufacturer's nameplates, handholes, and ASME stamps. Provide beveled edge at such insulation interruptions . Repair voids ortears . b. Cover insulation on pipes above ground, outside of building , with aluminum jacketing. Position seam on bottom of pipe. D. Provide accessories as required. See Part 2 Article "Accessories" above . E. Protection and Replacement: Installed insulation during construction. Replace damaged insulation which cannot be repaired satisfactorily, including units with vapor barrier damage and moisture saturated units . F. Labeling and Marking : Provide labels , arrows and color on piping and ductwork. Attach labels and flow direction arrows to the jacketing per Section 09 90 00. G . Ductwork : 1. Install insulation in conformance with manufacturer's recommendations to completely cover duct. 2. Butt insulation joints firmly together and install jackets and tapes smoothly and securely. 3. Apply duct insulation continuously through sleeves and prepared openings, except as otherwise specified . Apply vapor barrier materials to form complete unbroken vapor seal over insulation. 4. Coat staples and seals with vapor barrier coating. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 07 00 -12 HVAC INSULATION 5. Cover breaks in jacket materials with patches of same material as vapor barrier. Extend patches not less than 2-inches beyond break or penetration on all directions and secure with adhesive and staples. Seal staples and joints with vapor barrier coating . 6 . Fill jacket penetrations . i.e ., hangers , thermometers and damper operating rods, and other voids in insulation with vapor barrier coating. Seal penetration with vapor barrier coating . Insulate hangers and supports for cold duct in un-conditioned spaces to extent to prevent condensation on surfaces. 7 . Seal and flash insulation terminations and pin punctures with reinforced vapor barrier coating. 8 . Continue insulation at fire dampers and fire/smoke dampers up to and including those portions of damper frame visible at outside of the rated fire barrier. Insulating terminations at fire dampers in accordance with this Section. 9. Do not conceal duct access doors with insulation. Install insulation terminations at access door in accordance with this Section. H. Insulated Pipe Exposed to Weather: Where piping is exposed to weather, cover insulation with aluminum jacket. Seal watertight jacket per manufacturer's recommendations . Install metal jacket with 2-inch overlap at longitudinal and butt joints with exposed lap pointing down. Secure jacket with stainless-steel draw bands 12-inches on center and at butt joints. I. Insulation Shields: Provide hangers and shields (18 gauge minimum) outside of insulation for cold piping (<60 degrees F). Hot water piping hangers may penetrate insulation to contact pipe directly. Provide 18-inch long, non-compressible insulation section at insulation shields for lines 2-inches and larger (hot and cold) piping . J. Ductwork Surfaces to be Insulated: Item to be Insulated System Insulation Type Duct Size Insulation Thickness Supply ductwork (exposed to Flexible Glass Blanket/ weather, in crawl space and in Flexible Elastomeric All 3-inch/1 .5 inch unheated attics) Return ductwork (exposed to Flexible Glass Blanket / weather, in crawl space and in Flexible Elastomeric All 3-inch/1 .5 inch unheated attics) Outside Air Ducts Flexible Glass Blanket/ All 3-inch/1.5 inch Flexible Elastomeric Note : Insulation t hickness shown is a m inimum . If state codes require additional thickness, then provide insulation thickness per code requirements . K. Piping Surfaces to be Insulated: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00 -13 HVAC INSULATION System Insulation Conductivity Range Pipe Size Insulation Item to be Insulated (Btu-inch per hour per Thickness Type SF per degrees F) (Inches) (Inches) <1 0 .75 0 .21-0 .27 at a 1 to <1 .5 0 .75 Chilled Water Glass Wool/ mean rating 1.5 to <4 (40F to 60F) Cellular Glass temperature of 1.0 75 degrees F 4 to <8 1.0 >= 8 1.0 <1 1.0 0.20-0.26 at a 1 to <1 .5 1.5 Chilled Water Glass Wool/ mean rating 1.5 to <4 (<40F) Cellular Glass temperature of 1.5 50 degrees F 4 to <8 1.5 >= 8 1.5 <1 0.75 Refrigerant Flexible 0 .21-0 .27 at a 1 to <1 .5 0 .75 Suction Piping Elastomeric/cellular mean rating 1.5 to <4 1.0 temperature of (40F to 60F) glass 75 degrees F 4 to <8 1.0 >= 8 1.0 <1 1.0 Refrigerant Flexible 0 .20-0 .26 at a 1 to <1 .5 1.5 Suction Piping Elastomeric/cellular mean rating 1.5 to <4 1.5 temperature of (<=40F) glass 50 degrees F 4 to <8 1.5 >= 8 1.5 Note : Insulation th ickness shown is a minimum . If state code requires additiona l thickness , then prov ide insulation t hickness per code requ irements . 3.02 FLEXIBLE GLASS WOOL BLANKET A. Install insulation in conformance with manufacturer's recommendations and requirements. B . Duct Wrap: Cover air ducts per insulation table except ducts internally lined where internal duct lining is adequate to achieve adequate insulating values to meet local Energy Codes (indicate on shop drawings , locations where duct wrap is planned to be omitted and indicate internal duct lining insulating values to confirm they will meet the Energy Code .) Wrap tightly with circumferential joints butted and longitudinal joints overlapped minimum of 2-inches . On ducts over 24-inches wide, additionally secure insulation with suitable mechanical fasteners at 18-inches on center. Circumferential and longitudinal joints stapled with flare staples 6-inches on center and covered with 3- inch wide, foil reinforced tape. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 07 00 -14 HVAC INSULATION 3.03 FLEXIBLE ELASTOMERIC DUCT INSULATION A. Install insulation in conformance with manufacturer's recommendations and requirements. 3.04 GLASS WOOL PIPE INSULATION A. See General Installation Requirements above. B. Install insulation in conformance with manufacturer's recommendations and requirements . C. Lap seal insulation with waterproof adhesive . Do not use staples or other methods of attachment which would penetrate vapor barrier. Apply fitting covers with seated tacks and vapor barrier tape. D. Apply insulation to pipe and seal with self-sealing lap. Use self-sealing butt strips to seal butt joints. Insulate fittings, valves and unions with single or multiple layers of insulation and cover to match pipe or use preformed PVC molded insulation covers. 3.05 FLEXIBLE ELASTOMERIC PIPE INSULATION A. Flexible Elastomeric Insulation: 1. Slip insulation on pipe prior to connection. Butt joints sealed with manufacturer's adhesive . Insulate fitting with miter-cut pieces . Cover insulation exposed to weather and below grade with two coats of finish as recommended by manufacturer. B. Flexible Elastomeric Tubing: 1. Flexible Elastomeric Tubing: Slip insulation over piping or, if piping is already installed , slit insulation and snap over piping. Joints and butt ends must be adhered with 520 adhesive. C . See General Installation Requirements above . D. Install insulation in conformance with manufacturer's recommendations and requirements. E. Slip insulation on pipe prior to connection. Butt joints sealed with manufacturer's adhesive. Insulate fitting with miter-cut pieces . Cover insulation exposed to weather and undergrade with two coats of finish as recommended by manufacturer. F. Install in accordance with manufacturer's instructions for below grade installation. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE, DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00 -15 HVAC INSULATION 3.06 CELLULAR GLASS A. See General Installation Requirements above . B. Install in accordance with manufacturer's instructions. C . Foamglass Insulation: Install in accordance with manufacturer's instructions for below grade installation and exposed weather installation withjacketing. D. Install in accordance with manufacturer's instructions for below grade installation. 3.07 GLASS MINERAL WOOL EQUIPMENT INSULATION A. See General Installation Requirements above. B . Install in accordance with manufacturer's instructions. C. Storage Tanks: Cover with glass mineral wool, 2-inches thick. Finish with canvas jacket and adhesive . Overlap joints minimum of 4-inches. Apply two coats latex paint; color selected by Architect. 3.08 JACKETING A. See General Installation Requirements above. B. Install in accordance with manufacturer's instructions. 3.09 ACCESSORIES A. Install insulation in conformance with manufacturer's instructions, recommendations and requirements. B. See General Installation Requirements above . C . Provide and install accessories for all insulation types listed in this Section. 3.10 DUCT INSULATION ACCESSORIES A. Install insulation in conformance with manufacturer's recommendations and requirements. 3.11 DUCT INSULATION COMPOUNDS A. Install insulation in conformance with manufacturer's recommendations and requirements. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00 -16 HVAC INSULATION 3.12 OUTDOOR DUCTING COVER A. Install insulation in conformance with manufacturer's recommendations and requirements. B. Outdoor Duct Exposed to Weather: 1. Install jacket with brakes/slope to prevent standing water on duct. Use weatherable components . 2 . Weatherproof seal at joints and seams. Minimum 2-inch overlap . 3. Label jacket every 6-feet and within 2-feet of building penetrations and equipment connections: "Do not stand or place equipment on duct." CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 07 00 -17 HVAC INSULATION 1 THIS PAGE INTENTIONALLY LEFT BLANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 07 00 -18 HVAC INSULATION SECTION 23 09 01 HVAC AUTOMATIC TEMPERATURE CONTROLS PART 1 -GENERAL 1.01 REQUIREMENTS A. The ATC CONTRACTOR shall furnish and install all HVAC Automatic Temperature Controls (ATC) components and accessories in accordance with the Specifications. B. HVAC equipment and controls shall be furnished and installed to operate as a system. The ATC CONTRACTOR shall coordinate all requirements between Manufacturers to insure unit responsibility and compatibility of the equipment and controls . C. All labor, material , and equipment not specifically referred to herein or on the plans, which are required to meet the functional intent of this Specification , including the integration to existing applications and reporting, shall be provided without additional cost to the OWNER. D. ATC control systems indicated on the Drawings or Specifications and control devices such as thermostats , etc ., indicated to be 24 volts or less shall be supplied , mounted , wired, and terminated by the ATC CONTRACTOR. The ATC CONTRACTOR shall size and provide low voltage transformers where required. E. Wiring and Conduit: 1. All 480V 3-phase wiring and conduit as well as all 120V power supply wiring and conduit to HVAC control panels shall be provided under Division 26 -Electrical by the ELECTRICAL CONTRACTOR. 2 . 120V and 24V control wiring and conduits between HVAC Control Panels and other HVAC control panels , field devices, instruments, and dampers shall be installed and terminated by the ATC CONTRACTOR. 3. Conduit and w i res between HVAC control panels and non-HVAC equipment and control panels (SCADA, FACP, etc.) shall be provided under Division 26 - Electrical and provided by the ELECTRICAL CONTRACTOR. Wire terminations in HVAC Control panels shall be by the A TC CONTRACTOR and terminations for non-HVAC control panels shall be provided by the ELECTRICAL CONTRACTOR. Wiring and terminations shall meet all requirements of Division 26. 1.02 SUBMITTAL$ A. Subm it the following in accordance with Section 01 33 00 -Submittal Procedures: CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 09 01 -1 HVAC AUTOMATIC TEMPERATURE CONTROLS(RELAY LOGIC) 1. The A TC CONTRACTOR shall submit shop drawings on all equipment, accessories, and appurtenances and all fabrication work or other mechanical and air conditioning work required . 2 . Include all specification techn ical exceptions in the submittal. The manufacturer agrees that the equipment is in compl iance with Specification Sections that are not identified in the list of technical exceptions. 3. Submit documentation in the following phased delivery schedule: a . Control equipment hardware b . System schematics , including: 1) Sequence of operation 2) Point names 3) Point to point wiring 4) Interface wiring diagrams 5) Panel layouts 6) System Diagrams 7) Logic Diagrams 4. All instruction books and manuals. 5 . Closeout Submittals: Submit warranty documentation. 6. The A TC CONTRACTOR shall submit heat generation calculations for each panel. The calcu lations shall take into account the panel construction and equipment installed with in and shall show if natural heat transfer through the panel walls is sufficient or if supplemental cooling is required . a . Ambient conditions for indoor panels in air-conditioned spaces shall assume 85 °F unless otherwise noted . b. Ambient conditions for indoor panels in un-a ir-conditioned areas shall assume 104°F unless otherwise noted . CONFORMED , 12/01 /2022 FWW V ILLAGE CREEK W RF , DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 09 01 -2 HVAC AUTOMATIC TEMPERATURE CONTROLS(RELAY LOGIC ) c. Ambient conditions for outdoor panels shall assume 120°F unless otherwise noted. 7. Upon completion of the work, provide a complete set of 'as-built' control drawings in AutoCAD 2017 or newer file format. 8. The ATC CONTRACTOR shall submit operation and maintenance manuals in accordance with the procedures and requirements set forth in the General Conditions and Division 01. Operation and Maintenance Manuals shall be submitted for all equipment as follows : a . Index sheet, listing contents in alphabetical order b. Manufacturer's equipment parts list of all functional components of the system, disk of system schematics, including wiring diagrams c . Description of sequence of operations d. As-Built interconnection wiring diagrams e. List of connected points, including panels to which they are connected and input device (ionization detector, sensors, etc .) f. Conduit routing diagrams g. Copy of the warranty h . Operating and maintenance manuals and instructions i. Recommended spare parts list 1.03 DELIVERY, STORAGE AND HANDLING A. Deliver, store, protect and handle products to the Project Site under the provisions of Contract Documents. B. Accept products on site in factory-fabricated protective containers, with factory-installed shipping skids and lifting lugs. Inspect for damage. C. Store in clean dry place and protect from weather and construction traffic. Handle carefully to avoid damage to components, enclosures and finish. D. Protect openings in casing and seal them with plastic wrap to keep dirt and debris. Protect coils from entry of dirt and debris with pipe caps or plugs. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 09 01 -3 HVAC AUTOMATIC TEMPERATURE CONTROLS(RELAY LOGIC) E. Air Terminal Unit/ VAV Actuator and Unitary Controllers: The ATC Contractor shall furnish actuators for all motorized dampers on VAV boxes requiring actuated dampers. The CONTRACTOR shall coordinate and arrange for actuators and DOC unitary controller to be shipped to air terminal unit factory for factory mounting . 1.04 MANUFACTURER'S INSTRUCTIONS A. Installation of all equipment shall be in accordance with Manufacturer's data . B. All changes from the installation procedures in manufacturers' data shall be submitted for approval in accordance with the requirements for shop drawings . C . Keep all Manufacturers' data provided in a secure manner at the job site at all times . Catalog and index this data for convenient reference . D. Manufacturers' data shall be available for the information of the OWNER, and the use of other trades. E. Turn over all data to the OWNER at completion of the Work and final testing. F. Submit all instruction books and manuals in accordance with Division 01 . 1.05 SCHEDULES ON DRAWINGS A. In general , all capacities of equipment and characteristics are as indicated in schedules on the Drawings. Reference shall be made to the schedules for such information . The capacities indicated are minimum capacities. Variations in capacities of the scheduled equipment supplied under this Contract will be permitted only with the written direction of the ENGINEER. 1.06 CODE, PERMIT AND STANDARDS A. Resolve any code violation discovered in contract documents with the OWNER prior to award of the contract. After award of the contract , make any correction or additions necessary for compliance with applicable codes at no additional cost to the OWNER. B. The ATC CONTRACTOR shall obtain and pay for all permits and shall comply with all laws and codes that apply to the Work. C. The ATC CONTRACTOR shall be responsible for all added expense due to their choice of equipment, materials , or construction methods. D. All work and materials shall be in full accordance with the latest State rules and regulations or publications including those of the State Fire Marshall , the Mechanical Code, and all local codes . Nothing in the Drawings and/or Specifications shall be construed to permit work not conforming to the above codes , rules and regulations. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 09 01 -4 HVAC AUTOMATIC TEMPERATURE CONTROLS(RELAY LOGIC ) E. Referenced Standards: 1. ASTM International (ASTM) a. D1693 -Standard Test Method for Environmental Stress-Cracking of Ethylene Plastics 2. Instrumentation -Systems, and Automation Society (ISA) a . S5.1 -Instrumentation Symbols and Identification b. iS5.4 -Standard Instrument Loop Diagrams 3 . National Electrical Manufacturers Association (NEMA) a. 250 -Enclosures for Electrical Equipment (1000 Volts Maximum) 4. National Fire Protection Association (NFPA) a . 70 -National Electrical Code (NEC) 5. Underwriters Laboratories, Inc . (UL) 1.07 QUALITY ASSURANCE A. Installer Qualifications (the ATC CONTRACTOR): All work described in this Section shall be installed, wired , circuit tested and calibrated by the ATC CONTRACTOR'S factory certified technicians qualified for this work and in the regular employment of the temperature control system manufacturer or its exclusive factory authorized installing contracting field office (representative). The installing office shall have a minimum of five years of installation experience with the Manufacturer and shall provide documentation in submittal package verifying longevity of the installing company's relationship with the Manufacturer. Supervision , calibration and checkout of the system shall be by the employees of the local exclusive factory authorized temperature control contracting field office (branch or representative). B. Manufacturer Qualifications (ATC Manufacturer): Company specializing in manufacturing the products specified in this Section with minimum five (5) years documented experience, who issues complete catalog data on total product. C. All material and equipment shall be the latest design, new, not deteriorated, and the first quality standard product of manufacturers regularly engaged in the production of such material and equipment. CONFORMED, 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 09 01 -5 HVAC AUTOMATIC TEMPERATURE CONTROLS(RELAY LOGIC) D. When two or more units of the same class of material or equipment are required , they shall be products of a single Manufacturer. E. All work shall be performed in a neat and workmanlike manner by workers skilled in their respective trades , and all materials and equipment shall be installed as recommended by the Manufacturers and in accordance with specified codes and standards. F. Touch up and/or repaint to match original finishes for factory finished or painted equipment and materials which are scratched or marred during shipment or installation shall be performed as follows: 1. Immediately after installation, sand smooth any rusted or damaged areas of shop paint and primer . a. Furnish air-drying touch-up paint and compatible air-drying primer to be applied by the CONTRACTOR. 1.08 ACRONYMS USED IN THIS SPECIFICATION A. ATC -Automatic Temperature Control B. FACP-Fire Alarm Control Panel C. LCP -Local Control Panel PART 2 -PRODUCTS 2.01 GENERAL A. Provide a relay based control system to execute the require control strategy . B. The ATC system shall be comprised of stand-alone control panels and stations and other devices as specified herein. C . The Drawings shall be taken as diagrammatic. The CONTRACTOR shall field check the existing site for detailed dimensions and clearances for preparation of shop drawings . Design sizes of ducts and their locations are indicated, but not every offset, fitting, or structural obstruction is indicated. D. All supports required for the proper installation of the equipment, but not forming an integral part of the building structure, shall be provided, unless specifically noted otherwise . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 09 01 -6 HVAC AUTOMATIC TEMPERATURE CONTROLS(RELAY LOGIC) 2.02 FIELD DEVICES A. Provide automatic control valves, automatic control dampers, thermostats, clocks, sensors, controllers, and other components as required for complete installation . Except as otherwise indicated, provide Manufacturer's standard control system components as indicated by published product information, designed and constructed as recommended by Manufacturer. B. Electronic Actuators 1. Operating Temperature range shall be from -20 to 200°F (-29 to 90°C). 2. The actuator shall be provided with open and close limit switches. The open limit switch shall be adjustable. 3. Provide damper position indicator. The indicator is not required to be visible on the exterior of NEMA 4X and NEMA 7 actuator enclosures. 4. Size each actuator to operate dampers with sufficient reserve power to provide smooth modulating action or 2-position action as specified . 5. Actuators shall be direct coupled type. 6. All actuators shall fail closed by an integrated spring return system unless specifically indicated otherwise by the Drawings. The actuator shall be capable of providing clockwise or counterclockwise fail safe operation based on the required mounting. 7. Actuators shall be protected from overload at all angles of rotation. 8. Actuators shall be UL approved. 9. The actuators shall be constructed to meet the requirements for double insulation so an electrical ground is not required to meet agency listings. 10. All dampers shall receive power from the respective HVAC ventilation control panel that they serve. 11 . Actuator NEMA rating shall match the rating indicated on the Control Flow Diagrams for the space in which it is located . Where actuators are not available in the designated NEMA rating, enclosures shall be provided by the damper actuator to achieve the required NEMA rating . C. Thermostats CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 09 01 -7 HVAC AUTOMATIC TEMPERATURE CONTROLS(RELAY LOGIC) 1. Thermostats for VAV boxes and Heating Coil control shall be of the programmable type. Thermostats shall be capable of having a seven day week program entered with separate occupied and unoccupied setpoints and schedules for each day. 2. Thermostats shall have a means to adjust the space temperature setpoint on the thermostat. 3. Thermostat shall have a display capable of showing the current space temperature , space temperature setpoint, schedule , heating/cooling mode, and the current time. 4. Thermostat communication shall be coordinated with the VAV or BMS system for operation of the VAV, heating coil hot water valve, or other controlled equipment. 2.03 TOOLS, SUPPLIES, ANO SPARE PARTS A. Furnish all special tools, supplies and spare parts necessary to install, disassemble , service, and repair the equipment. B. Spare parts lists, included with the shop drawing submittal shall indicate specific sizes, quantities, and part numbers of the items to be furnished. Terms such as "1 lot of packing material" are not acceptable. C. Parts shall be completely identified with a numerical system to facilitate parts inventory control and stocking. Each part shall be properly identified by a separate number. Those parts which are identical for more than one size, shall have the same parts number. Spare parts shall be packed in individual , suitable containers clearly labeled with the part number; name , quantity, and the equipment for which they are intended . D. Spare parts shall be delivered at the same time as the equipment to which they pertain . The CONTRACTOR shall properly store and safeguard such spare parts until completion of the work , at which time they shall be delivered to the OWNER. PART 3 -EXECUTION 3.01 INSTALLATION A. Install system and materials in accordance with Manufacturer's instructions , and as detailed on the Drawings . B . All wiring shall be labeled with BRADY style wire markers at each end . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 09 01 -8 HVAC AUTOMATIC TEMPERATURE CONTROLS(RELAY LOGIC) C. Provide signal conditioning devices and surge protection devices for Controllers, Control Panels and peripherals . D. Drawings of temperature control systems are diagrammatic only and any apparatus not indicated , such as relays , accessories, etc., but required to make the system operative to the complete satisfaction of the OWNER shall be furnished and installed at no additional cost to the OWNER. 3.02 ACCEPTANCE TESTING A. Upon completion of the installation, the ATC CONTRACTOR shall perform all necessary calibration , testing and de-bugging and perform all required operational checks to ensure that the system is functioning in full accordance with these Specifications. B . The ATC CONTRACTOR shall perform tests to verify proper performance of components , log ic , and alarms. Repeat tests until proper performance results . This testing shall include a point-by-point log to validate 100% of the input and output points of the system operation. C. Upon completion of the performance tests described above, repeat these tests , point by point as described in the validation log above in presence of the OWNER , as required . Properly schedule these tests so testing is complete at a time directed by the OWNER. Do not delay tests so as to prevent delay of occupancy permits or building occupancy . 3.03 OPERA TOR INSTRUCTION AND TRAINING A. During system commissioning and at such time acceptable performance of the system has been established , the ATC CONTRACTOR shall provide on-site operator i nstruction to the Owner's operating personnel. Operator instruction shall be done during normal working hours and shall be performed by a competent representative familiar with the system hardware , software and accessories . B. The ATC CONTRACTOR shall provide 8 hours of instruction to the OWNER 's designated personnel on the operation of the ATC System and describe its intended use with respect to the functions specified . Operator orientation of the ATC System shall include , but not be limited to ; the overall system controls , equipment functions , modes of operation , alarms , and appropriate operator intervention required in responding to the System's operation. C . The training shall be in two sessions as follows : 1. Initial Tra ining : one day session (4 hours/day) after system is started up and at least one week before first acceptance test. Manual shall have been submitted at least two weeks prior to training so that the OWNER 's personnel can start to familiarize themselves with the system before classroom instruction begins. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENT S C ITY PROJECT NO . 102652 23 09 01 -9 HVAC AUTOMAT IC TEMPERATURE CONTROLS(RELAY LOGIC ) 2 . First Follow-Up Training: One-day (4 hours/day) approximately two weeks after initial training, and before Formal Acceptance . This session will deal with more advanced topics and answer questions . 3.04 WARRANTY ~ A. For a period of 2 years from the date of Final Acceptance 2 years from the date defined in Section 00 72 00 GENERAL CONDITIONS and Section 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS of the project, the ATC CONTRACTOR warrants to the OWNER that the ATC System conforms to these Specifications and is free from defects in materials and workmanship. The warranty shall be in accordance with the General Conditions . The ATC CONTRACTOR shall repair or replace, at the sole option of and at no additional cost to the OWNER, any work found to be defective within said warranty period . Such repair or replacement shall include the cost of removal and reinstallation . 1. Within this period , upon notice by the OWNER, any defects in the ATC System due to faulty materials , methods of installation , or workmanship shall be promptly (within 48 hours after receipt of notice) repaired or replaced by the ATC CONTRACTOR at no expense to the OWNER. 2. The OWNER shall grant to the ATC CONTRACTOR, reasonable access to the ATC System during the warranty period. B. The ATC CONTRACTOR shall obtain from the Manufacturer its warranty that the ATC System will be free from defects in design (if applicable), materials , and workmanship for the period specified above . Said warranty , containing no exclusions or limitations , shall be in a form acceptable to , and for the benefit of the OWNER and shall be submitted by the ATC CONTRACTOR as condition of final payment. CONFORMED , 12/01 /2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS C ITY PROJECT NO . 102652 23 09 01 -10 HVAC AUTOMATIC TEMPERATURE CONTROLS(RELAY LOGIC ) PART 1 -GENERAL SECTION 23 23 00 REFRIGERANT PIPING 1.01 SECTION INCLUDES A. The Contractor shall provide copper and brass pipe and fittings as indicated . This Section includes all copper and brass pipe and fittings , including all insulation, painting and related work as shown on the Contract Drawings, specified in the Specifications or required for a complete installation. 1.02 PAYMENT A. Payment will be made as provided for in the Specifications. B. No direct payment will be made for painting, insulation and testing pipelines or for gaskets , bolts , nuts and other appurtenances and material required to erect the lines; the costs thereof shall be included in the prices bid for the pipe. 1.03 REFERENCES A. ASTM B16 -Free-Cutting Brass Rod , Bar and Shapes for Use in Screw Machines . B. ASTM B32 -Solder Metal. C. ASTM B42 -Seamless Copper Pipe , Standard Sizes. D. ASTM B43 -Seamless Red Brass Pipe , Standard Sizes. E. ASTM B61 -Steam or Valve Bronze Castings. F. ASTM B62 -Composition Bronze or Ounce Metal Castings. G. ASTM BBB -Seamless Copper Water Tube . H. ASTM B124 -Copper and Copper Alloy Forging Rod , Bar and Shapes. I. ASTM B251 -Wrought Seamless Copper and Copper-Alloy Tube. J . ASTM B280 -Seamless Copper Tube for Air Conditioning and Refrigeration Field Service . K. ASTM B302 -Threadless Copper Pipe. L. ASME B1 .20 .1 -Screw Threads -Pipe Threads , General Purpose (Inch). CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 23 00 -1 REFRIGERANT PIPING 0 w "' ~ "' M. ASME B16.15 -Cast Bronze Threaded Fittings, Classes 125 and 250 (Includes Revisions Service). N. ASME B16.18 -Cast Copper Alloy Solder Joint Pressure Fittings (Includes Revision Service). 0. ASME B16 .22-Wrought Copper and Copper Alloy Solder-Joint Pressure Fitting (Includes Revision Service). P. ASME B16.24-Cast Copper Alloy Pipe Flanges and Flanged Fittings Class 150 , 300 , 400 , 600, 900, 1500 and 2500. Q . MSS SP-58 -Pipe Hangers and Supports -Materials , Design, and Manufacture . R. MSS SP-69 -Pipe Hangers and Supports -Selection and Application. S. MSS SP-89 -Pipe Hangers and Supports -Fabrication and Installation Practices . T . ASME Code , Section VIII , Appendix bb. 1.04 DESIGN REQUIREMENTS A. Copper and brass pipe and fittings shall conform to the latest Building Code of the State or Commonwealth in which the project is located in respect to plumbing and other applications covered by these laws. B. Copper and brass pipe shall conform to the latest standards of the American Society for Testing and Materials (ASTM), the American National Standards Institute (ANSI), the American Society of Mechanical Engineers (ASME), the Copper and Brass Research Association (CABRA), the Society of Automotive Engineers (SAE), the Manufacturer's Standardization Society (MSS), the American Welding Society (AWS), and National Pipe Thread (NPT). 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle all products and materials as specified in Division 01 of the Specifications . PART 2 -PRODUCTS 2.01 MANUFACTURERS A. The following manufacturers are acceptable . Equivalent products from other manufacturers may be submitted for approval. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 23 00 -2 REFRIGERANT PIPING B. Copper Pipe and Fittings: 1. Pipe and Fittings : a. Mueller Industries, Inc ., Wichita, KS. b. IBCO, Elkhart, IN. c . Or equal. 2. Flared Tube Fittings : a. Parker Hannifin Corp ., Triple-Lok Fittings. b. NIBCO , Elkhart, IN . c. Or equal. C. Brass Pipe and Fittings: 1. Metalloy Industries, Inc., Alachua , FL. 2. NIBCO, Elkhart , IN . 3. Or equal. D. Wall Sleeve Annular Seals: 1. Thunderline Corp. (Link-Seal), Belleville, Ml. 2. The Metraflex Corporation, Metraseal , Chicago , IL . 3. Flexicraft Industries (The Pipe Seal), Chicago , IL. 4 . Or equal. E. Insulation: 1. Armstrong World Industries, Inc. 2. Rubatex Corp. 3. Or equal. 2.02 PIPE MATERIALS A. Copper Pipe and Fittings FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 23 00 -3 REFRIGERANT PIPING 1. Refrigeration Piping: For refrigeration copper pipe , provide type ACR seamless , round, hard drawn copper tubing that meets ASTM B280 requirements . The pipe shall be delivered to the site clean, charged with nitrogen, and sealed . Provide tube sizes, dimensions and wall thickness conforming to ASTM B280 for Type ACR tubing, unless otherwise specified . Provide nominal lengths of hard copper tubing in straight lengths of approximately 20 feet, unless otherwise specified . a. Fittings : For copper tubing, use brazed joint socket type fittings, as specified. No bending of hard copper tubing will be permitted , unless otherwise specified ; make all bends and connections with suitable fittings . 1) Braze Joint Fittings : Provide ASME B 16.18, cast copper alloy or ASME B 16.22 wrought copper and copper alloy fittings. Braze joint fittings and tubing in conformity with the specifications of Section 3 of the CAB RA Copper Tube Handbook. Brazing alloy shall be copper-phosphorus alloy , Class BCuP-5, as specified by American Welding Society Spec . AWS A5 .8. 2. Drain Copper Piping: For drain copper pipe, provide type L seamless , round, hard drawn copper tubing that meets ASTM B88 requirements . Provide tube sizes, dimensions and wall thickness conforming to ASTM B88 for Type L tubing , unless otherwise specified. Provide nominal lengths of hard copper tubing in straight lengths of approximately 20 feet, unless otherwise specified. a. Fittings: Provide solder type fittings of the same material as the pipe . b. Joints : Use ASTM B32 alloy Grade 95TA (95 percent tin and 5 percent antimony) solder for piping . 3. Potable Water Piping : Use ASTM B32 alloy Grade 95TA (95 percent tin and 5 percent antimony) solder for piping carrying potable water. 4 . Unacceptable Uses: Do not use copper pipe with soldered joints for transporting fuel oil or other flammable or toxic liquids inside buildings . B. Wall Sleeves 1. Unless otherwise shown or specified , furnish and install suitable pipe sleeves at all points where pipes pass through walls or floors of structures. Sleeve material shall be steel unless indicated otherwise on the Contract Drawings or specified in the Specifications . C. Wall Sleeve Annular Seals CONFORMED , 12/01 /2022 FWW VILLAGE CREE K WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 10 2652 23 23 00 -4 REFRIGERANT PIPING 1. Where pipes pass through walls, partitions or floors where fire-rated construction is not required, provide modular mechanical type seals consisting of interlocking synthetic rubber links shaped to continuously fill the annular space between the pipe and the wall sleeve. Provide an elastomeric element that is of the size, quantity, type and material that the manufacturer recommends for the intended service and that will provide an effective hydrostatic seal. Bolts and nuts shall be stainless steel. Wall sleeve annular seals shall be approved equal to those manufactured by the companies listed in Paragraph 2 .01 .D . 2. For all penetrations through fire-rated walls , partitions and floors, provide a permanent fire stop system. The fire stop system shall maintain the integrity of the wall or floor system for the rated time period and shall allow normal pipe movement without being displaced . The fire stop system shall be intumescent when exposed to flame or heat. Asbestos shall not be used as fire stop material. D. Corrosion Resistant Coating 1. All copper pipe shall receive a corrosion resistant coating. For piping that receives insulation, the coating shall be applied and allowed to cure per the manufacturer's instructions prior to insulating . 2. Coating shall be a field applied Branz-Glow's SPC-Clear coating , lncralac or approved equal. The coating shall be specifically listed for use on copper pipe for the protection from corrosion due to hydrogen sulfide and shall be UV resistant. 2.03 INSULATION MATERIALS A. Insulation shall be flexible elastomeric type, closed cell , cylindrical or sheet type as required by the application . Flexible elastomeric insulation shall have a thermal conductivity not exceeding 0 .27 BTU per hour per square foot per degree F per inch thickness at 75 degrees F mean temperature . Water absorption shall be less than 5% (ASTM D 1056). Water vapor permeability shall not exceed 0.10 perms per inch in accordance with ASTM E 96 Procedure A. The insulation shall meet the requirements of ASTM C534 and ASTM D 1056. The insulation shall have a flame spread rating of less than 25 and a smoke development of less than 50 per ASTM-E84. B. Joints and Seams: All joints shall be cut straight and butted with no gaps. Seal all joints with the manufacturer's recommended adhesive . C. Fittings, flanges and valves: CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 23 00 -5 REFRIGERANT PIPING 1. Seams and mitered joints shall be adhered using the manufacturer's recommended adhesive . Screwed fittings shall be sleeved and adhered with a minimum one-inch overlap onto the adjacent insulation . 2. Flanges , stra iners, couplings , and valves shall be insulated using donuts , then covered with sheet or oversize tubular insulation. D. Jacket: 1. All insulated copper pipe , fittings, and appurtenances shall receive an anodized aluminum jacket. 2. The jacket shall be a minimum of 0.016 " thick . 3. The jacket shall be secured using latching metal straps . PART 3-EXECUTION 3.01 INSTALLATION A. Install all pipe and fittings in accordance with this Specification and as shown on the Contract Drawings , and in accordance with the manufacturer's recommendations and approved shop drawings . 8 . Connections Between Dissimilar Metals in Pipes : Where connections are to be made between pipelines or equipment of dissimilar metals, make the connections using dielectric insulating couplings , unions or other approved dielectric insulating devices. C. Connections Between Dissimilar Metals in Supports : Where contact between dissimilar metals between pipes and supports , or supports and the structure occur, the site of the contact shall be suitable protected using a dielectric media to prevent the contact between the surfaces such as a neoprene pad. D. Pipe Lengths : Full standard lengths of pipe shall be used in each pipe run in so far as possible . Shorter lengths than standard shall be used only to complete a straight run of pipe , to connect to established locations of valves, equipment, bends , and the like . Random lengths of pipe or cuttings from standard lengths shall not be coupled together when a full standard pipe length will fit in the pipe run. E. Piping for refrigeration shall remain charged with nitrogen and sealed until it is installed. The Contractor shall take precautions to ensure that the pipe is clean and free from debris . F. The Contractor shall provide a flow of nitrogen through the piping and fittings during brazing to prevent the formation of scale . CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 23 00 -6 REFRIGERANT PIPING G . Reducing Fittings: Use reducing fittings for all changes in pipe size . Do not use bushings. H . All copper piping shall receive a corrosion resistant coating . The coating shall be applied within 24 hours of the pipe passing the leak test. The copper pipe shall be thoroughly cleaned prior to application of the coating. At a minimum , the pipe shall be free of all signs of corrosion, oils , flux , and other substances that will hinder proper application of the coating . The Contractor shall follow all cleaning and pipe preparations required by the coating Manufacturer. I. All refrigeration piping and all interior condensate piping shall be insulated with 1 .5" of elastomeric insulation and provided with an aluminum jacket. The insulation shall be applied after the corrosion coating has fully cured as indicated by the coating manufacturer. J. Pipe Flexibility 1. Make ample provisions for flexibility in all pipelines . 2 . Install branch tees on risers in locations that will allow the branch lines , when expanded by heat, to drain properly. 3 . Unless other forms of expansion compensation are specified, such as expansion joints, fabricate all runs of pipe subject to change in length shorter than their theoretical length to the extent of one half of the expansion and erect them such that they may be free to expand without increasing the stresses imposed when cold. 4 . When the foregoing method of compensation for expansion is not adequate, furnish and install in the pipelines expansion devices adequate to allow the lines to expand and contract freely without injury to any part of the piping system. The devices may be in the form of expansion joints, swivel joints, swing joints, pipe bends or flexible couplings , and shall include such anchors as may be shown or required to make the devices effective . A sufficient number of fittings and pipe lengths shall be used in connection with swing joints to assure the absence of distortion of either the pipelines or branches . Application guide and anchor requirements for expansion joints shall be in accordance with the recommendations of the manufacturer or the Standards of the EJMA. K. Venting 1. Each high point in liquid lines shall be provided with a vent consisting of an automatic air release/vacuum relief valve and an outlet vent line. The automatic valve and vent line for pipelines up to and including 1-inch size shall be the same size as the carrier pipe. In larger carrier pipes , the valve and vent line shall be of the size given in the Specifications, but not smaller CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 23 00 -7 REFRIGERANT PIPING than 1 inch . The automatic valve shall have a cast or ductile iron body and cover, stainless steel internals , and Viton or Buna N seal , unless otherwise specified . The outlet vent line from the valve shall be Schedule 80 CPVC, and shall terminate at a point approximately 3 feet above the floor. A bronze ball valve shall be provided between the carrier pipe and the automatic valve to allow removal of the automatic valve for repair or replacement. 2. Where vent valves are so located that liquids discharged therefrom would cause damage to structure or equipment, the vent shall be piped to the nearest gutter or drain in an approved manner. L. Drainage 1. Each low point in liqu id lines shall be provided with not less than a 1-inch drain line . A bronze ball valve shall be prov ided at the connection to the carrier pipe and at the terminus approximately 3 feet above the floor. A quick connect coupling shall be provided at the end of the drain line f or attachment of a hose. The drain line shall be Schedule 80 CPVC. M. Hangers and Supports : Furnish and install all supporting devices . The hangers and supports shall conform to the requirements of MSS SP-58, 69, and 89. N. Drip Pans : Provide drip pans under all metallic pipelines installed over electrical equipment and motors to conduct drainage to the nearest floor drain , gutter or other dra inage system with 3/4-inch red brass pipe. Make the connection between the drip pan and the brass drain pipe leaktight, and pitch the drip pan uniformly toward the drain pipe at a slope not less than 1/8-inch per lineal foot. 3.02 CLEANING AND TESTING A. Cleaning : During construction , clean all piping before placement and keep the lines free from every kind of fore ign matter. All pipelines shall be left thoroughly clean to the satisfaction of the Engineer. Flush all process and potable water pipelines with clean water. B. Test all pipelines for leakage in conformance with Section 40 05 00 -Basic Mechanical Requirements . C. Refrigerant piping must be tested before any piping is insulated , coated , or concealed . The entire refrigerant circuit must be thoroughly tested to be sure that it is absolutely tight. The system shall be tested with oil pumped dry nitrogen . The low side of a 41 0a system shall be tested at 375 psig and the high s ide at 420 psig . Other refrigerant test pressures shall match the respect ive test pressures used by the manufacturer of the evaporator and condenser coils. All pipe joints shall be tapped sharply with a rubber mallet and tested for leaks with a soap solut ion . After all leaks have been repaired , the system shall be charged with a CONFORMED , 12 /01 /2022 FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 23 00 -8 REFRIGERANT PIPING small quantity of refrigerant and the entire system shall be checked with a detector suitable for the type of refrigerant. Once the system is found tight, it shall be allowed to stand for 6 hours with the pressure on . If any pressure drop occurs , except those due to changes in ambient temperature , the entire system shall be retested. The system shall be evacuated with a vacuum pump to a minimum vacuum of 1 mm Hg absolute is achieved or as prescribed by the equipment manufacturer, whichever is more stringent. Under no circumstances shall the compressor be used to evacuate the system . After evacuation, the system shall be allowed to stand for 12 hours. If no noticeable rise in pressure occurs, the system shall be charged. D. Condensate piping shall be tested under pressure of a filled line. The discharge shall be temporarily plugged and the line filled with clean water. All joints shall be visually inspected. Any leaks shall be corrected and the line retested. Condensate piping located outside shall not be tested when the temperature is below freezing. CONFORMED , 12/01 /2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 23 00 -9 REFRIGERANT PIPING THIS PAGE INTENTIONALLY LEFT BLANK CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 23 00 -10 REFRIGERANT PIPING 1 SECTION 23 3113 2 METAL DUCTS AND DUCT ACCESSORIES 3 PART 1 -GENERAL 4 1.01 THE REQUIREMENT 5 A. The Contractor shall furnish and install all ductwork, fittings, and accessories as 6 shown on the Drawings and in accordance with the Specifications. 7 B. The equipment shall be furnished complete with all accessories, special tools, 8 base attachments, mountings, anchor bolts and other appurtenances as 9 specified or as may be required for a complete installation. 10 1.02 RELATED WORK SPECIFIED ELSEWHERE 11 A. Section 23 00 00 -Basic HVAC Requirements 12 B. Section 23 05 93 -HVAC Testing, Adjusting, and Balancing 13 1.03 SUBMITTALS 14 A. The Contractor shall submit shop drawings on all new and modified ductwork, 15 accessories and appurtenances and all fabrication work required for all 16 equipment specified in this Section in accordance with Section 01 33 00 - 17 Submittal Procedures. 18 B . The Contractor shall submit shop drawings for supports for new and modified 19 ductwork. The shop drawings shall locate and identify each support, brace, 20 hanger, guide, component and anchor. Ductwork support systems shall be 21 designed and Shop Drawings prepared and sealed by a Registered Professional 22 Engineer in the State or Commonwealth in which the project is located. 23 C. The Contractor shall submit shop drawings for support of multi-section dampers 24 and louvers. The shop drawings shall identify all supports and reinforcement 25 required to allow the multi-section dampers and louvers to be rated for the 26 maximum pressure of the individual damper and louver sections. The support 27 system shall be designed and calculations prepared and sealed by a Registered 28 Professional Engineer in the State or Commonwealth in which the project is 29 located . 30 1.04 WARRANTY AND GUARANTEE 31 A. Warranty and Guarantee shall be as specified in Section 46 00 0 -Equipment 32 General Provisions with the exception that the warranty period shall be for two 33 (2) years . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 31 13 -1 METAL DUCTS AND DUCT ACCESSORIES 1 2 3 4 PART 2 -PRODUCT 5 2.01 GENERAL REQUIREMENTS 6 A. All work shall be constructed and installed in a first-class workmanlike manner in 7 accordance with the recommendations given in the latest edition of the Sheet 8 Metal & Air Conditioning Contractors National Association (SMACNA) HVAC 9 Duct Construction Standards and Round Industrial Duct Construction Standards, 10 unless otherwise specified. 11 B. All ductwork shall be constructed in accordance with the Schedule of Duct 12 Construction Standards listed on the last page of this Section. Transverse duct 13 connections shall be bolted, gasketed connections . 14 C . All ducts shall conform accurately to the dimensions indicated on the Drawings, 15 shall be straight and smooth on the inside with neatly finished joints , and shall 16 not be decreased at any point to avoid obstructions. No piping, conduit or 17 structural work shall be installed in or through any ductwork . All ductwork shall be 18 run as close as possible to structural members , walls and ceilings. Duct work 19 shall be as shown on the drawings , subject to such modifications as may be 20 necessary to suit field conditions . 21 D. Where existing walls, floors or roofs must be penetrated, the Contractor shall 22 neatly cut the required openings and patch the existing work to provide a neat 23 and finished appearance. 24 E. All ducts shall be made reasonably tight throughout and shall have no openings 25 other than those required for the proper operation and maintenance of the 26 systems. 27 F. Minimum thickness for metal ducts shall be per SMACNA guidelines, but in no 28 instance shall be less than 20 gauge for steel ducts and 14 gauge for aluminum 29 ducts. 30 G . Supports for ducts shall be provided and securely fastened in place at every 31 change in direction and as required to prevent deflection . 32 H. Changes in size of ducts shall be by means of a taper transformation piece, the 33 included angle of the taper being not more than 20 degrees . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 31 13 -2 METAL DUCTS AND DUCT ACCESSORIES 1 I. All duct work joints shall be sealed to achieve a SMACNA Seal Classification 2 Rating as indicated in the ductwork schedule of this specification. 3 J. The weight of material used for ducts and stiffeners , the fabrication methods, 4 cross breaking of flat duct surfaces , and assembling of the ductwork shall 5 conform to the Duct Manual and Sheet Metal Construction for Ventilating and Air 6 Conditioning Systems published by the Sheet Metal and Air Conditioning 7 Contractors National Association, Inc. Beaded duct construction shall not be 8 used . 9 K. All duct panels shall be braced or reinforced as necessary, in addition to the 10 minimum requirements in the ASHRAE Guide , to eliminate vibration and noise 11 and to prevent deflection from the indicted shapes and dimensions . 12 2.02 STAINLESS STEEL AND ALUMINUM DUCT 13 A. Ductwork material shall be as indicated in the duct schedule in Part 3 of this 14 specification. 15 8. Stainless Steel: ASTM A480/A480M, Type 316 having a number 20 finish for all 16 applicable ducts and of adequate strength and rigidity to meet the conditions of 17 the service and installation requirements and shall be properly protected where 18 subject to mechanical injury . 19 C . Aluminum: ASTM 8209, alloy 1100, 3003 , or 5052 for all applicable ducts and of 20 adequate strength and rigidity to meet the conditions of the service and 21 installation requirements and shall be properly protected where subject to 22 mechanical injury. 23 D . Transverse duct connections for rectangular ducts shall be bolted , gasketed 24 connections made with standard Ductmate 35 System as manufactured by Duct 25 Mate Industries, W .D.C .I. or approved equal. All longitudinal seems shall be 26 Pittsburg Z , or better. Duct flange system material shall match the duct material. 27 Gaskets shall be suitable for exposure to hydrogen sulfide 2ppm . 28 E. Transverse duct connections for round ducts shall be bolted, gasketed 29 connections in accordance with chapter 12 of SMACNA Round Industrial Duct 30 Construction Standards. Duct connections shall be the same material as the 31 duct. Utilize longitudinal seam ductwork. Gaskets shall be suitable for exposure 32 to hydrogen sulfide 2 ppm and outdoor use . 33 F . All ductwork shall be shop fabricated in sections with flanged ends . The 34 Ductmate 35 flange system shall be factory spot welded to the ductwork. No field 35 welding of ductwork shall be permitted. Welding equipment and electrodes shall 36 be of a type specifically suited for welding light gauge 316 stainless steel or 37 aluminum, as applicable , to provide consistently good quality welds. FWW VILLAGE CREEK WRF , DIGESTER MI XING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/0 1/2022 23 3 1 13 -3 METAL DUCTS AND DUCT ACCESSORIES 1 G . All duct sections shall be constructed and installed without forming dips and 2 traps . 3 H. All ducts shall have a minimum clearance of three (3) inches from all combustible 4 material. 5 2.03 HANGERS AND SUPPORTS 6 A. All ductwork shall be securely hung and anchored to the building structure. 7 Unless otherwise shown or specified, hangers and stiffeners for ducts shall 8 conform with the recommendations given in the SMACNA HVAC Duct 9 Construction standards and SMACNA seismic restraint manual. Ducts shall be 10 supported on trapeze hangers consisting of angles and rods. Use of strap 11 hangers and straps is prohibited. 12 B. All hangers , rods, supports , bolts , nuts, washers, inserts , and appurtenances 13 shall be constructed of the same material as the ductwork that it supports . 14 C. All ductwork shall be supported from trapeze type hangers. Stainless steel 15 hanger rods shall be minimum 3/8 inch for all ducts with half perimeter up to 72 16 inches , and ½ inch diameter for all ducts with half perimeter larger than 72 17 inches. Aluminum hanger rods shall be of sufficient diameter to achieve the 18 equivalent strength of the stainless steel hanger rods for the sizes indicated . A 19 pair of rods shall be provided at each duct support point. Maximum hanger 20 spacing shall be 8 feet for ducts with half perimeter up to 72 inches and 6 feet for 21 ducts with half perimeter larger than 72 inches . 22 D. Hanger Construction and installation shall conform to SMACNA Standards, 23 except as specified . No sheet metal duct hangers or straps will be allowed. 24 E. Support shall be furnished at each fitting. Material of supports shall match duct 25 material. 26 F. Seismic & Wind Requirements: All ductwork shall be provided with seismic and 27 wind restraints in accordance with the Seismic Restraint Manual , Guidelines for 28 Mechanical Systems, as published by SMACNA, in accordance with the 29 International Building Code , the indicated design wind speed , and ASCE-7 to the 30 extent that the most stringent provisions are utilized . Material of seismic and wind 31 restraints shall be as specified herein . A calculation signed and sealed by a 32 Registered Professional Engineer in the State or Commonwealth in which the 33 project is located shall be provided verifying that the installed supports meet the 34 seismic and wind requirements . See Structural Design Drawings for additional 35 details and requirements. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 3113 -4 METAL DUCTS AND DUCT ACCESSORIES 1 2.04 ACCESSORIES 2 A. Manual Volume & Backdraft Dampers in Rectangular Stainless Steel or 3 Aluminum Duct: 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 1. 2. 3. 4. 5 . 6 . 7 . Manufacturer: Provide products of one of the following: a. b. C. d . Green heck Ruskin Nailor or equal Frame, blade, axle, bearings, jamb seal, and linkage materials: Match ductwork. Blades: a . b. Opposed blades for volume dampers and parallel blades for backdraft dampers; Vinyl edge seals, thermoplastic elastomer seals for corrosive/chemical services . Damper shafts shall be solid hexagonal or square shape. Linkage shall be concealed in damper frame. Provide outside handle , quadrant and approved position indicator and locking device on volume dampers . Reference : SMACNA Standards . 21 B . Backdraft Dampers in Round Stainless Steel or Aluminum Duct: 22 23 24 25 26 27 1. 2 . Manufacturer: Provide products of one of the following: a . b. C. d. Ruskin Green heck Nailor Or equal Frame, blade, axle, bearings: Match ductwork FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 3113 -5 METAL DUCTS AND DUCT ACCESSORIES 1 2 3 4 5 3. 4. 5. Damper shall be of the two blade design mounted on separate axles and shall be suitable for horizontal or vertical installations Blades shall be retained in the closed position by a tensioned spring . The spring shall be field adjustable Seal shall be a vinyl foam 6 C . Wall Cap Intake Vent 7 8 9 10 11 12 13 1 . 2 . Flanged wall attachment for vent cap with extended duct connection. Wall Cap shall be able to be sealed to maintain wall water-tight envelope. Intake hood shall have screened opening and intake shall be removable for cleaning . Material of wall cap shall match connected ductwork. Finish and color by owner. 14 D . Sheet Metal Sating: Provide sheet metal sating of the same material as the duct, 15 to close off and seal airtight all unused areas behind louvers. 16 E. Screens: ½-inch (13 mm) mesh , with screen material matched duct material , 17 framed with bolt holes unless indicated otherwise. 18 F. Registers and Grilles: 19 20 21 22 23 24 25 26 27 28 29 30 31 1 . 2. 3. 4. Manufacturer: Provide product(s) of one of the following: a . b . C. d . e . Titus (Basis of Design , model numbers scheduled on drawings) Anemostat Price Industries Nailer Industries, Inc. Hart and Cooley. Units shall be factory-fabricated of Type 316 stainless steel construction for stainless steel and FRP ductwork and aluminum for aluminum ductwork. They shall distribute the specified air volume (cubic feet per minute). Outlets for diffusion, spread , throw, and noise level shall be as required for specified performance . Diffusers and registers shall be provided with volume damper with accessible operator, unless otherwise indicated; or if standard with the FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 3113 -6 METAL DUCTS AND DUCT ACCESSORIES 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 5 . 6. 7 . 8 . 9. manufacturer, an automatically controlled device will be acceptable . Volume dampers shall be opposed blade type for all diffusers and registers. Registers shall be provided with sponge-rubber gasket between flanges and wall or ce iling . An additional volume damper shall be installed in duct stub to each air outlet for balancing of air volume. Supply Registers: a. Supply registers shall be double deflection type, complete with adjustable vertical face bars and a key operated opposed blade damper. Air extracting devices shall be installed at all collar take-offs to supply registers . The air extracting devices shall have two sets of individually adjustable blades to equalize flow and control volume at collar takeoffs and shall be gasketed around the perimeter. Exhaust and Return Registers and Grilles : a. Exhaust and return registers shall be furnished with fixed vertical face bars , set straight, and a key operated opposed blade damper. 19 G. Flexible Connectors unless indicated otherwise shall meet the following 20 requ irements : 21 22 23 24 25 26 27 28 29 30 1. 2 . 3 . Self-extinguishing material shall meet NFPA 90A, NFPA 701 and UL-214 Standards. Material: a. b . Commercial grade neoprene coated woven fiberglass , Proflex by DUCTMATE , or approved equal. Corrosion/chemical resistant applications shall be of Teflon coated woven fiberglass fabric. Minimum density 18 oz./sq . yd. and rated to 500 F. Extra wide edge connectors factory fabricated with a strip of fabric . Material of connectors shall match duct material. 31 H. Instrument Test Holes: Material to suit duct material , including screw. Size holes 32 to allow insertion of pitot and other testing instruments , and length to suit duct 33 insulation thickness . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 23 3 11 3 -7 METAL DUCTS AND DUCT ACCESSORIES 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 I. J. 2.05 A. Turning Vanes : 1. Turning vanes shall be double wall turning vanes fabricated from the same material as the duct. Mounting rails shall have friction insert tabs that align the vanes automatically. 2. Tab spacing shall be as specified in Figure 2-3 of the 1995 SMACNA Manual, "HVAC Duct Construction Standards, Metal & Flexible" Second Edition standard. Rail systems with non-standard tab spacing shall not be accepted . 3. Due to tensile loading, vanes shall be capable of supporting 250 pounds when secured according to the manufacturer's instructions. Drip Pans 1. Drip pans shall be welded 16 gauge , type 316 Stainless Steel. 2. Drip pans shall extend 2" beyond the dimensions of the equipment of ductwork above on all sides. 3. Drip pan shall have a minimum 1" lip. 4 . Drip pan shall be sloped to a ¾" copper type L drain line such that pooling or standing water is prevented . The drain shall be continuously sloped a minimum of 1/8" per foot. The drain shall terminate 6" above the sink or nearest floor drain. 5 . Provide a dielectric coupling between the stainless steel drip pan and copper drain line to prevent contact between dissimilar metals. 6. Contractor shall coordinate drip pan supports with the existing structural construction above . The Contractor shall provide all supplemental beams and channels needed . The support system shall be capable of supporting the weight of a full drip pan plus an additional 300 lb. load . 7. See Section 23 05 93 -Testing, Adjusting, and Balancing for HVAC for drip pan testing procedures. DUCT INSULATION See specification 23 07 00 -HVAC Insulation. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 3113 -8 METAL DUCTS AND DUCT ACCESSORIES 1 PART 3 -EXECUTION 2 3.01 DELIVERY, STORAGE, ANO HANDLING 3 A. Protect shop-fabricated and factory-fabricated ductwork , accessories and 4 purchased products from damage during shipping, storage and handling. 5 B. Prevent end damage and prevent dirt and moisture from entering ducts and 6 fittings. Where possible, store ductwork inside and protect from weather. If 7 necessary to store outside, store above grade and enclose with waterproof 8 wrapping. 9 3.02 INSTALLATION OF DUCTWORK 10 A. Examine areas and conditions under which ductwork is to be installed. Do not 11 proceed with work until unsatisfactory conditions have been corrected in a 12 manner acceptable to Installer. 13 B. Assemble and install ductwork in accordance with recognized industry practices , 14 Manufacturer's installation instructions, and SMACNA standards to achieve the 15 seal and leakage classes indicated in the Duct Construction Table at the end of 16 this specification . 17 C. Install each run with minimum number of joints. Align ductwork accurately at 18 connections, within 1 /8" misalignment tolerance and with internal surfaces 19 smooth . 20 D. Support ducts rigidly with suitable ties, braces , hangers and anchors of type 21 which will hold ducts true-to-shape and to prevent buckling. Support vertical 22 ducts at every floor . 23 E . Field Fabrication: Complete fabrication of work at project as necessary to match 24 shop-fabricated work and accommodate installation requirements . 25 F. Locate ductwork runs, except as otherwise indicated, vertically and horizontally 26 and avoid diagonal runs wherever possible . Locate runs as indicated by 27 diagrams, details and notations or, if not otherwise indicated, run ductwork in 28 shortest route which does not obstruct useable space or block access for 29 servicing building and its equipment. 30 G. Hold ducts close to walls, overhead construction, columns, and other structural 31 and permanent enclosure elements of building. Limit clearance to 3" where 32 furring is shown for enclosure or concealment of ducts, but allow for insulation 33 thickness , if any. Where possible, locate insulated ductwork for 1" clearance 34 outside of insulation . Wherever possible in finished and occupied spaces, 35 conceal ductwork from view, by locating in mechanical shafts, hollow wall 36 construction or above suspended ceilings . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/01/2022 23 31 13 -9 METAL DUCTS AND DUCT ACCESSORIES 1 H. Do not encase horizontal runs in solid partitions, except as specifically shown. 2 Coordinate layout with suspended ceiling and lighting layouts and similar finished 3 work. 4 I. Turning vanes shall be installed in all miter elbows to permit air to make the 5 abrupt turns with a minimum of turbulence . The turning vanes shall be quiet and 6 free from vibration when the system is in operation . Vanes shall be installed in all 7 short radius elbows in accordance with SMACNA Duct Construction standards . 8 J. The dial regulators for manual volume dampers shall be marked so that the 9 "open" and "shut" positions are clearly identified. The dial regulators on insulated 10 ductwork shall be mounted on an elevated platform which will finish flush with the 11 surface of the insulation. Manual volume dampers shall be located at accessible 12 points and wherever possible some distance from a duct transition or fitting. Care 13 shall be taken during installation to make certain that sheet metal fasteners do 14 not protrude into the duct and interfere with damper operation. Volume dampers 15 shall be provided in each branch duct take off and in both ducts downstream of 16 each trunk duct split. 17 K. Duct access doors shall be provided before and after duct mounted coils , within 18 working distance of, and on the fusible link side of all fire dampers , adjacent to 19 volume dampers , on the linkage side of automatic dampers , duct mounted 20 sensors, and at all other apparatus requiring service or inspection in the duct 21 system. Access doors shall be a minimum of 15 x 18 inches; where the size of 22 the duct will not accommodate this size the doors shall be made as large as 23 practical. The doors shall be rigid and airtight, and provided with neoprene 24 gaskets, hinges and sash locks . Whenever space requirements are such that a 25 hinged access door is impractical, a screw fastened lift-out door shall be provided 26 instead . 27 L. Test openings shall be installed in the ductwork at the points listed below. The 28 test openings shall be a minimum of 3/8" and shall be sealed by a screw cap and 29 gasket, and shall be installed so that the insulation is not disturbed when the cap 30 is removed . The test openings shall be located as follows in all heating , 31 ventilating, air conditioning , and dehumidification systems : 32 33 34 35 36 37 38 1 . 2 . 3. 4. Upstream and downstream of each coil, duct heater, filter bank, or other inline equipment that heats , cools , humidifies , dehumidifies, or filters air. In the outside air, supply, and return ducts adjacent to the respective connections on all AHUs , HVs , DHUs, etc. In the main supply duct on single zone units and in each zone supply duct on multizone units As indicated on the Contract Drawings FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01/2022 23 31 13 -10 METAL DUCTS AND DUCT ACCESSORIES 1 M . Air filter gauges for measuring the differential pressure through all filter banks 2 shall be supplied and installed ; one gauge shall be installed for each bank. The 3 gauge shall be of the inclined tube differential type complete with 1" thick acrylic 4 plastic body, mirror-polished scale, built-in level v ial , over pressure safety traps, 5 signal flags , 2 vent valves for zeroing gauge , 2 static pressure tips , two 5-foot 6 lengths of 1/4" stainless steel tub i ng , 2 compression fittings, mounting hardware , 7 a bottle of red gauge oil and instructions. The gauges shall have a range of 0-1.0 8 inch water column with minor divisions of .02 inch water column. 9 N. The Contractor shall install prefabricated roof curbs before the installation of 10 roofing . 11 0 . All air outlets shall be with rigid connection to the ductwork. 12 P. After the installation is completed , the Contractor shall seal all joints air tight. 13 Sealants and tape shall have a flame spread not greater than 25 and a smoke 14 developed rating of not over 50 per ASTM E-84 . 15 3.03 DUCT LEAKAGE TESTS 16 A. See specification 23 05 93 -HVAC Testing , Adjusting, and Balancing 17 3.04 INSULATION INSTALLATION 18 A. Insulation shall be installed on all outdoor ductwork carrying conditioned air, all 19 ductwork carrying conditioned air through unconditioned spaces, and all 20 ductwork carry ing unconditioned air through conditioned spaces. Conditioned air 21 is any air that has rece ived any heating , cooling , or dehumidification from HVAC 22 equipment. Conditioned spaces are any spaces that receive conditioned air. 23 Return and exhaust ductwork serving a conditioned space is considered 24 conditioned air. 25 B . Ductwork carrying cooled conditioned air passing through spaces that only 26 rece ive heated conditioned air shall be insulated. Ductwork carrying cooled air for 27 spaces that require year-round cooling such as electrical rooms , shall be 28 insulated when passing through spaces that are provided heated conditioned air 29 during the heating season. 30 C . Follow manufacturer's installation instructions and recommended adhesives . The 31 installation method shall provide a continuous vapor barrier. 32 D. The insulation vapor barrier shall be maintained through all supports , flanges , 33 reinforcement, and penetrations . Where the duct weight would deform the 34 insulation material at supports , the Contractor shall use fiberglass insulation 35 blocks. The blocks shall be the same thickness as the insulation . The vapor 36 barrier shall be maintained using a system approved by the insulation 37 manufacturer for spanning the insulation block. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12 /01 /2022 23 31 13 -11 METAL DUCTS AND DUCT ACCESSOR IES 1 3.05 DAMPER AND LOUVER INSTALLATION 2 A. The Contractor shall install dampers and louvers per the manufacturer's 3 installation instructions . 4 B. The Contractor shall install all reinforcement required for multi-section dampers 5 and louvers to all the assembly to withstand the rated velocity and pressure of 6 the individual damper and louver sections. 7 3.06 EQUIPMENT CONNECTIONS 8 A. Connect metal ductwork to equipment as indicated, provide flexible connection 9 for each ductwork connection to equipment mounted on vibration isolators, 10 and/or equipment containing rotating machinery. Provide access doors as 11 indicated in the Contract Drawings and Specifications . 12 3.07 ADJUSTING AND CLEANING 13 A. Clean ductwork internally, unit by unit as it is installed, of dust and debris. Clean 14 external surfaces of foreign substances which might cause corrosive 15 deterioration of metal or, where ductwork is to be painted, might interfere with 16 painting or cause paint deterioration. 17 B. At ends of ducts which are not connected to equipment or air distribution devices 18 at time of ductwork installation , provide temporary closure of polyethylene film or 19 other covering which will prevent entrance of dust and debris until time 20 connections are to be completed . 21 3.08 MANUFACTURER'S FIELD SERVICES 22 A . The services of a qualified manufacturer's Technical Representative shall be 23 provided. The manufacturer Technical Representative's services shall include the 24 following site visits: 25 26 27 Service Condensate Vault Electrical rooms Duct Construction Schedule Pressure Duct Material Seal Leakage Construction Class Class Class Standards +/-2 inwg . 316 Stainless A 12 SMACNA HVAC Duct Steel Construction Standards 316 Stainless SMACNA HVAC Duct +/- 2 inwg . Stee l or A 12 Construction Standards Aluminum END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/01 /2022 23 3113-12 METAL DUCTS AND DUCT ACCESSORIES PART 1 -GENERAL SECTION 23 34 00 HVAC FANS 1.01 GENERAL REQUIREMENTS A. All parts of the equipment furnished shall be amply designed and constructed for the maximum stresses occurring during fabrication, erection and continuous operation . All materials shall be new and both workmanship and materials shall be of the very best quality, entirely suitable for the service to which the unit is to be subjected and shall conform to all applicable sections of these specifications . All parts of duplicate equipment shall be interchangeable without modification. Manufacturer's design shall accommodate all the requirements of these specifications . B. All anchor bolts, washers , clips , clamps and fasteners of any type shall be constructed of 316 stainless steel. C. All fan motors shall be provided with high premium energy efficient totally enclosed fan cooled type , unless otherwise noted . D . Provide exhaust fans which have been tested and rated in accordance with AMCA standard , and bear AMCA Certified Ratings Seal. E . Provide motors and electrical accessories complying with NEMA standards. F. Fans shall be standard prefabricated units of the type, size and arrangement indicated on the Drawings. All fans shall be rated and constructed in accordance with the Air Moving and Conditioning Association . Special construction materials , coatings and multi- speed fan motors shall be provided as indicated on the Drawings . G. Impellers shall be rigidly constructed, accurately balanced dynamically and statically at the speed at which it is scheduled to operate and free from objectionable vibration or noise. Fans with corrosion resistant coatings shall be balanced after being coated . H . Fans shall have no overloading characteristics for the horsepower indicated. All points on the fan brake horsepower curve shall not exceed the motor horsepower rating I. Fan shall have a Fan Efficiency Index equal to or greater than 1.0 J . V-belt drives shall be rated at least 50 percent greater than the rated motor horsepower, and shall have sheaves which can vary the fan speed by 10 percent above or below the rating point. The fan motor shall be mounted on an adjustable heavy mounting plate . CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 34 00 -1 HVAC FANS K. The operating fan speed shall be no greater than 85% of the maximum allowable fan speed for the selected model. L. Unless otherwise noted on the Fan Schedule fans shall be manufactured to meet the balance quality and vibration limits of Fan Application Category BV-3 per AMCA Standard 204 . 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 23 00 00 -Basic HVAC Requirements 8. Section 23 31 13 -Metal Ducts and Duct Accessories C. Section 23 05 93 -HVAC Testing , Adjusting , and Balanc ing 1.03 SUBMITTALS A. The Contractor shall submit shop drawings on all equipment, accessories and appurtenances and all fabrication work required for all equipment specified in this Sect ion in accordance with Section 01 33 00 -Submittal Procedures. 8 . The Contractor shall submit shop drawings for fan supports , locating and identifying each support, brace , hanger, guide , component and anchor. Fan support systems shall be designed and Shop Drawings prepared and sealed by a Registered Professional Eng ineer of the State or Commonwealth in wh ich the project is located . C. Required information shall include : 1. Horsepower, voltage , and rotating speed of motors . 2 . Total weight of the equipment plus the approximate weight of the shipped materials . 3 . Comp lete erection , installation , and adjustment instructions and recommendations. 4 . Fan performance curve at the operating speed , minimum , and maximum speeds . Provide brake horsepower curve for the operating speed. 5 . Details of corrosion resistance coating . 6. Deta iled construction information and data sheets for all accessories such as roof curbs , dampers , damper operators disconnect switches , vibration isolators etc . 7. Example equipment nameplate data sheet. CONFORMED , 12/0 1/2022 FWW VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 34 00 -2 HVAC FANS 8. Interconnecting wiring diagrams. 9. List of recommended lubricants. 10. Special Tools List 11. Reports of Certified Shop Tests 12. AMCA Approval for Fan Ratings 13. Sound data 14. Manufacturer's Installation Certification 15 . Manufacturer's Field Test Results Certification D. The Contractor shall submit to the Owner a color chart of available colors for the corrosion coating to be applied to fans as indicated in the Contract Documents. The Owner shall select the final color choice. 1.04 OPERATION AND MAINTENANCE MANUALS A. The Contractor shall submit complete operation and maintenance manuals in accordance with the procedures and requirements set forth in Section 01 33 00 - Submittal Procedures . 1.05 MANUFACTURERS A. The materials covered by these specifications are intended to be equipment of proven reliability and as manufactured by reputable manufacturers having experience in the production of such equipment. The equipment furnished shall be designed, constructed, and installed in accordance with the best practices and methods and shall operate satisfactorily when installed as shown on the Contract Drawings and operated per manufacturer's recommendations . 1.06 CONTRACTOR'S RESPONSIBILITY AND MANUFACTURER'S FIELD SERVICES A. The services of a qualified manufacturer's Technical Representative shall be provided. The manufacturer Technical Representative's services shall include the following site visits: Service Installation Checkout Startup and Testing CONFORMED , 12/01/2022 Total Days 3 No. of Trips 3 Remarks In accordance with Section 23 34 00 - HVAC Fans In accordance with Section 23 05 93 - HVAC Testing, Adjusting and Balancing FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 34 00 -3 HVAC FANS Service Total Days T ra inin g No. of Tri s Remarks In accordance with Sect ion 07 79 00 - Inst ructi on of Owne r's Personnel B . A written report covering the representative's findings and installation approval shall be mailed directly to the Engineer covering all inspection and outlining in detail any deficiencies noted . C. The times specified are exclusive of travel time to and from the facility and shall not be construed as to relieve the manufacturer of any additional visits to provide sufficient service to place the equipment in satisfactory operation . 1.07 SPECIAL TOOLS A. Furnish all special tools necessary to disassemble , service , repair and adjust the equipment. PART 2 -PRODUCT 2.01 CENTRIFUGAL FLOOR MOUNTED FANS A. Centrifugal fans shall be backward ly inclined , non -overloading blades of aluminum construction . Wheel inlets shall overlap an aerodynamic aluminum inlet cone. B . Wheel shall be balanced in accordance with AMCA Standard 204-05 . C . Provide exhaust fans wh ich are listed by UL and have UL label affixed , and which are designed , manufactured , and tested in accordance with UL 705 "Power Ventilators". D . Fans shall be V-belt or direct driven as indicated on the drawings or as contained herein . E. Motors on V-belt un its shall be supported on the exterior of the fan casing with bearings encased within the fan tube . All models shall incorporate a 100 percent gasketed panel to perm it access to interior direct drive motor. Motors shall be protected and cooled from outside the unit by forced ventilation. F . V-belt fans shall be supported by channel supports or brackets for ceiling suspension or wall mounting and provided with extended lubrication fittings and suitable vibration isolation provisions . G . Fans shall have internal term inal box mounted on the exterior for ready wiring . H. The motor shall be separated from the air stream . I. Adjustable motor plates shall utilize threaded rods to provide positive belt tensioning . FWW VILLAGE CREEK WR F, DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 10265 2 CONFORMED , 12/0 1/2022 23 34 00 -4 HVAC FANS J . Extended lube lines shall be furnished for lubrication of the fan bearings . K . Bearings shall be heavy duty regreasable ball type in a cast iron pillow block housing selected for a minimum L 10 life in excess of 80,000 hours at maximum catalogued operating speed . L. Belts shall be oil and heat resistant, static conducting. M. Drives shall be keyed and securely attached to the wheel and motor shafts. N. All drives shall be variable pitched for 10 hp and less and fixed pitched for fans greater than 10 hp. 0. The fan drives shall be sized for 150 percent of the installed motor horsepower. P. Centrifugal fans shall be as manufactured by Greenheck Fan Corp., Loren Cook Co ., Hartzell , or approved equal. Q. See Paragraph 2.02 of this specification for additional requirements. 2.02 ADDITIONAL REQUIREMENTS FOR ALL FANS A. The following additional requirements shall apply to all fans . 1. Backdraft or motor-operated dampers shall be provided and installed in the openings as indicated on the Contract Drawings. 2 . All fans shall be provided with either integral or supplementary spring vibration or sound-absorbing mountings . 3. Fans that are curb mounted be provided with vibration isolation type curb (and seismic/wind rating as required . 4. Where indicated , roof mounted exhaust fans shall be mounted on a prefabricated roof curb . 5 . All motors unless indicated otherwise in this Specification or the Contract Drawings shall be TEFC . The break horsepower at any point on the fan curve for the design speed shall not exceed the motor nameplate horsepower. The break horse power shall include all applicable belt drive losses . Using the motor service factor shall be prohibited. 6 . All non-fiberglass fans shall receive a corrosion resistant coating . The coating shall be an epoxy coating suitable for protecting the equipment from continuous exposure to air containing hydrogen sulfide 3ppm . The coating shall be applied to all surfaces of the fans including but not limited to fan wheels, propellers, hubs, FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/0 1/2022 23 34 00-5 HVAC FANS structural components, housings (interior and exterior), inlet boxes, dampers, screens, lube lines , curb boxes , and curb box adapters . A UV resistant top coat shall be applied to all coating systems that are not rated for UV exposure. The Contractor shall submit and coordinate the available color choices to the Owner for final color selection. 7 . Where indicated in the design documents, fans shall exceed the uncertainty requirements of AMCA standard 203 and shall perform within +/-3% of the flowrate with respect to the static pressure of the fan curve . 2.03 DAMPERS A. See the respective paragraphs in Section 23 31 13 -Metal Ducts and Duct Accessories for construction requirements. B . Dampers shall be coordinated to operate and interface with the fan being furnished. C. Dampers shall be sized to fit the specified openings. 2.04 PREFABRICATED ROOF AND WALL CURBS A. Prefabricated roof and wall curbs shall be installed where indicated on the Drawings or as specified herein . The curbs shall be fabricated of .064 inch sheet aluminum with all joints heliarc welded . Cants and roof flanges shall be an integral part of the curb . The inside of the curb shall be insulated with rigid glass-fiber thermal and acoustical liner of approximately 3-lb . density and 1-1/2 inch min imum thickness with a neoprene or equal coating for protection from erosion . The lining shall conform to NFPA 90A Standards with a flame spread and fuel contributed rating not exceeding 50. Pressure-treated wood nailers shall be provided at the tops of the curbs. The curbs shall be sized to suit equipment. Roof curbs shall be a nominal of 12-inches above the height of the roof unless indicated otherwise on the Contract Drawings . The roof curbs shall receive an epoxy corrosion resistant coating on the interior and exterior surfaces that is suitable for the conditions indicated in the Additional Requirements for All Fans section above. PART 3 -EXECUTION 3.01 INSTALLATION A. Contractor shall install fans in accordance with manufacturer's installation instructions and recogn ized industry practices to ensure that ventilators serve their intended function. B. Contractor shall coordinate fan work with work of walls , and ceilings , as necessary for proper interfacing . CONFORMED , 12/0 1/20 22 FWW VILLAGE CREEK WRF , DIGESTER MI XING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 34 00 -6 HVAC FANS C. Connect ducts to fans in accordance with manufacturer's installation instructions . D. The Contractor shall have the Manufacturer's Technical Representative provide in writing that the equipment is installed per the manufacturer's requirements and operates as required by the Contract. The Contractor shall submit the written confirmation to the Engineer for information only. 3.02 FIELD QUALITY CONTROL A. Testing: After installation of fans has been completed, test each fan to demonstrate proper operation of units at performance requirements as specified. When possible, field correct malfunctioning units , then retest to demonstrate compliance. Replace units which cannot be satisfactorily corrected. See Section 23 05 93 -HVAC Testing , Adjusting and Balancing for testing requirements. B. Cleaning: Clean factory-finished surfaces. Repair any marred or scratched coatings with a coating specified by the equipment manufacturer for repairs . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 34 00 -7 HVAC FANS CONFORMED , 12/01 /2022 THIS PAGE INTENTIONALLY LEFT BLANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 34 00 -8 HVAC FANS PART 1 -GENERAL 1.01 DESCRIPTION SECTION 23 64 00 PACKAGED WATER CHILLERS A. This section covers Scroll water-cooled chillers ("chillers"), complete with accessories. B. Chillers shall be furnished by the Refrigerative Gas Dryer manufacturer under Section 46 73 23 and in accordance with the requirements of this section. Chiller capacity and operating conditions shall be as defined in Section 46 73 23 . C. Each chiller shall include the following : 1. Dual independent refrigeration circuits. 2. Shell and tube evaporator and condenser. 3. All glycol solution appurtenances (e .g., pump(s), tank , instruments , strainer, etc .) 4 . Skid mount control panel with microprocessor controller and motor controllers 5. All skid mount components factory piped and wired to the control panel. 6. Additional components as specified herein . 1.02 RELATED WORK A . Section 01 33 00 -Submittal Procedures B. Section 23 00 00 -Basic HVAC Requirements C. Section 23 23 00 -Refrigerant Piping D. Section 26 05 50 -NEMA Frame Induction Motors , 600 Volts and Below 1.03 QUALITY ASSURANCE A. Refer to Paragraph, QUALITY ASSURANCE, in Section 23 00 00 -Basic HVAC Requirements, and comply with the following. B. Comply with AHRI requirements for testing and certification of the chillers. C. Refer to General Conditions except as noted below : FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 23 64 00 -1 PACKAGED WATER CHILLERS ADDENDUM NO . 2 In 1. Provide a 5 year motor and sompressor warranty to inslude materials , parts and Jae8f:-Provide warrantees, including the manufacturer's warranty, for the equipment specified and the proper installation thereof, to be free from defects in material, and workmanship for two years from the date of Final Acceptance or written notice of Partial Utilization (as defined in General Conditions Sections 5.02 B and 6.20 D). within such period of warranty, all material and labor necessary to return the equipment to new operation condition shall be provided. Any warranty work requiring shipping or transportation of the equipment shall be provided at no expense to Owner. D . Refer to OSHA 29 CFR 1910.95(a) and (b) for Occupational Noise Exposure Standard E. Refer to ASH RAE Standard 15 , Safety Standard for Refrigeration System , for refrigerant vapor detectors and monitor. 1.04 APPLICABLE PUBLICATIONS A . The latest publications listed below form a part of this specification to the extent referenced . The publications are referenced in the text by the basic designation only. B . Air Conditioning , Heating and Refrigeration Institute (AHRI): 1. 370 Sound Rating of Large Outdoor Refrigerating and Air-Conditioning Equipment 2 . 495 Refrigerant Liquid Receivers 3 . 550/590 Standard for Water Chilling Packages Using the Vapor Compression Cycle 4 . 575 Methods for Measuring Machinery Sound within Equipment Space C. American Society of Heating , Refrigerating , and Air-Conditioning Engineers (ASHRAE): 1. 2 . 15 GDL3 Safety Standard for Mechanical Refrigeration Systems Guidelines for Reducing Emission of Halogenated Refrigerants in Refrigeration and Air-Conditioning Equipment and Systems D. American Society of Mechanical Engineers (ASME): 1. ASME Boiler and Pressure Vessel Code , Section VIII , "Pressure Vessels -Division 1" 2 . Boiler and Pressure Vessel Code , Section IX , "Welding and Brazing Qualifications." 3 . B31.1 "Power Piping ." FWW VI LLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01/202 2 23 64 00 -2 PACKAGED WATER CHILLERS ADDENDUM NO . 2 4 . 831 .5 "Refrigeration Piping and Heat Transfer Components ." E. American Society of Testing Materials (ASTM): 1. C 534/C534M Preformed , Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form 2. C 612 Mineral-fiber Block and Board Thermal Insulation F. National Electrical Manufacturing Association (NEMA): 1. 250 Enclosures for Electrical Equipment (1000 Volts Maximum) G . National Fire Protection Association (NFPA): 1. 70 National Electrical Code H . Underwriters Laboratories , Inc. (UL}: 1. 1995 Heating and Cooling Equipment 1.05 SUBMITTAL$ A. Subm it in accordance w ith Specification Section 01 33 00 -Subm ittal Procedures . B . Manufacturer's Literature and Data. 1. Scroll water chillers , including motor controllers , control panels , and vibration isolators , and remote condenser data shall include the following: a . Rated capacity. b . Pressure drop. c. Efficiency at full load and part load ,...,ithout applying any tolerance indicated 1i' in the AHRI 550/5Q0/Standard . ~ d. Refrigerant e. Accessories . f . Installation instructions . g . Start-up procedures . h. Wiring diagrams , including factory-installed and field-installed wiring . i. Sound/Noise data report . Manufacturor shall pro1.,ido sound ratings. Noise /A warning labels shall be posted on equipment. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 23 64 00 -3 PACKAGED WATER CHILLERS ADDENDUM NO . 2 j . Refrigerant vapor detesters and monitors. C. Maintenance and operating manuals for each piece of equipment in accordance with Section 01 78 23 -Operation and Maintenance Data . D. Run test report for all chillers . E . Produst Certifisate: Signed by shiller manufasturer sertifying that shillers furnished somply with AHRI requirements. The test report shall inslude salibrated surves, salibration resords, and data sheets for the instrumentation used in fastory tests. PART 2 -PRODUCTS 2.01 SCROLL WATER-COOLED WATER CHILLERS A . General: Chiller shall be factor-assembled and-tested, complete with evaporator, condenser, marine water boxes for condenser and e·,aporator, compressor, motor, starter, oil heater and cooler, economizer or intercooler (if required), purge system (if required), refrigerant piping, instrumentation and control piping , operating and safety controls mounted on the chiller, and other auxiliaries necessary for safe and proper operation of the unit. Chiller operation shall be fully automatic . Make provision for space and design piping layout to suit the marine water boxes. B . Performance : Provide the sapasity as shown on the drawings . Part load and full load effisiensy ratings of the shiller shall not mcseed those shown on the dra•.•.iings. Rated chiller efficiency shall be minimum 8.5 Btu/Wh at 50% Load and Full Load. Chillers shall include provision for hot gas by-pass for improved turndown if required to meet the maximum turndown specified in Section 46 73 23 . C. Applisable Standard: Chillers shall be rated and sertified in assordanse with AHRI Standard 550t5Q0 . Chillers shall be AHRI stamped . Chiller effisiensy shall somply with FEMP (Federal Energy Management Progress) requirements. D. The chiller shall be as manufactured by Johnson Thermal Systems , Carrier, or equal. The chiller shall be designed to operate in a corrosive outdoor environment en•.iironment subject to freezing conditions as low as 0°F . The unit frame construction , components , and fasteners that are exposed to ambient air shall be either resistant to H2S or appropriately coated. Steel surfaces shall be appropriated coated by unit manufacturer. All coatings shall be UV rated or protected to prevent UV degradation. Copper materials shall not be used for piping and mechanical components, except as otherwise specified herein . Chiller shall include freeze protection for all skid-mounted components in the cooling water circuit. Freeze protection shall function when the chiller is not operating . E. Sizing of the chiller shall be determined by the dryer manufacturer according to the dryer system requirements in Section 46 73 23 . The chiller shall be designed for the minimum and maximum ambient conditions at the site . In order to meet the tum-down FWW VILLAGE CREEK WRF , DIGESTER MIX ING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 23 64 00 -4 PACKAGED WATER CHILLERS ADDENDUM NO . 2 requirements listed in the design requirements , dual refr igeration circuits shall be provided to prevent short cycling of the compressor. Final sizing of the chiller shall be determined by the system supplier based on the heat load of the gas/glycol heat exchanger. This heat load shall include latent heat as well as sensible heat. The chiller control panel shall contain all of the equipment necessary for safe operat ion of the glycol chiller. F. The chiller skid shall include all appurtenances for operation and maintenance of the glycol solution loop . This includes but is not limited to the following : 1. The chiller shall be prov ided with an internal integrated glycol solution pump featuring stainless steel components and mechanical seals . The pumps shall be sized by the supplier. The pump motor horsepower rating shall exceed the peak pump brakepower from zero to maximum pump flow . One redundant pump per chiller shall be prov ided . Prov ide complete set of isolation valves to allow pump replacement when the other pump is operating. The chiller shall be provided with either 1) pressurized expansion/fill tank with automatic fill kit or 2) unpressurized tank with automatic fill kit. 2. The internal water tank is used as thermal storage for the chilled water system. 3. Manufacturer shall provide initial fill of propylene glycol solution including quantity required for loop piping between skids . 4 . All skid-mount piping and inline tanks shall be insulated with elastomeric rubber foam insulation , Armaflex or equal , thickness per manufacturer recommendation, however, not less than 1" thick. G. Hermetic or open : Chillers shall be hermetically sealed , using one of the following refrigerants : HFC-134a , HCFC-41 0A , R-514A. H. Compressor (Scroll Type): Three dimensional , positive-displacement, hermetically sealed design , with suction and d ischarge valves , crankcase oil heater and suct ion strainer. Compressor shall be mounted on vibration isolators . Rotating parts shall be factory balanced . Lubrication system shall consist of reversible , positive displacement pump , strainer, oil level sight glass , and oil charging valve . Capacity control shall be by variable speed control, on-off compressor cycling of single and multiple compressors, and hot gas bypass (if required). I. Evaporator: Shell-and-tube type , constructed and tested and stamped in accordance with Section VIII D1 of ASME Boiler and Pressure Vessel Code where applicable for working pressure produced by refrigerant used and water system installed, but not less than 1035 kPa (150 psig) waterside working pressure. Shell shall be fabricated of carbon steel and shall have carbon steel tube sheets ; drilled and reamed to accommodate the tubes . Tubes shall be 70/30 cupron ickel , externally and internally enhanced individually replaceable and shall be expanded full diameter into tube sheets , providing a leak proof seal. Intermediate tube supports sheets shall be prov ided as recommended by the FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01/202 2 23 64 00 -5 PACKAGED WATER CHILLERS ADDENDUM NO . 2 IA manufacturer to minimize tube vibration , stress , and wear. Performance shall be based on a water velocity not less than 1 m/s (3 fps) nor more than 4 m/s (12 fps), and fouling factor of 0.0000176 m2 degrees C (0.0001 hr. sq . ft . degrees F/Btu). Removable marine water box shall be constructed of steel. Design working pressure shall be 1035 kPa (150 psig), pressure tested at 130 percent of working pressure . Water nozzle connections shall be flanged . J. Condenser: Shell-and-tube type , constructed , tested , and stamped in accordance with applicable portions of Section VIII D1 of the ASME Boiler and Pressure Vessel Code , where applicable for working pressure produced by the refrigerant used and water system installed , but not less than 1035 kPa (150 psig). Shell shall be fabricated of carbon steel and shall have carbon steel tube sheets; drilled and reamed to accommodate the tubes. Tubes shall be 70/30 cupronickel, externally enhanced, and internally enhanced, individually replaceable, and shall be expanded full diameter into tube sheets, providing a leak proof seal. Intermediate tube support sheets shall be provided as recommended by the manufacturer to minimize tube vibration , stress and wear. Tubes shall fit tightly in the supports to prevent chafing due to vibration or pulsation. Performance of condenser shall be based on a water velocity not less than 1 mis (3 fps) nor more than 4 mis (12 fps), and a fouling factor of 0 .000044 m2 degrees C (0.00025 hr. sq. ft. degrees F/Btu). Removable marine water box shall be constructed of steel. Design working pressure shall be 1035 kPa (150 psig); pressure tested at 130 percent of working pressure. Water nozzle connections shall be flanged . Water shall be tube side. K . Manufacturer shall provide at the chiller skid a means to throttle service water flowrate to the condenser to the flowrate required to achieve the desired refrigerant outlet temperature . Throttling valve and controls shall either be manufacturer's standard or as indicated in Section 46 73 23, Service Water Appurtenances , except hazardous area compatibility is not required at the chiller skid . Any throttling controls shall be integral to the chiller skid and chiller control panel. Chiller shall include a motorized valve or similar means with corresponding controls to automatically stop cooling water flow when the chiller is not running. L. Insulation : Evaporator, suction piping , compressor, and all other parts subject to condensation shall be factory-insulated with 40 rnrn (1.5 inoh) 25 mm (1 inch) minimum thickness of flexible-elastomeric thermal insulation, complying with ASTM C534 . M . Economizer: Provide if required by manufacturer. Flash gas shall be piped from economizer to inlet of intermediate stage impeller wheel. In case of rotary compressor flash gas shall be piped from economizer to the intermediate compressor point. Provide a refrigerant flow control system (float valve or variable/multiple orifice system) to automatically regulate flow of liquid refrigerant through economizer. If external-type economizer is used , such economizer shall be constructed and tested in accordance with Section 8 of ASME Boiler and Pressure Vessel Code for working pressures produced by refrigerant used , unless exempt by Section U-1 of the code . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2 022 23 64 00 -6 PACKAGED WATER CHILLERS ADDENDUM NO . 2 N. Motor Load Limiter: Provide a sensing and control system, which will limit maximum load current of compressor motor to a manually selectable percentage of 40 percent to 100 percent of full load current. System shall sense compressor motor current and limit it by modulating compressor speed, overriding other controls in their ability to increase loading , but not overriding their ability to reduce loading . 0 . Purge System : Provide if required by manufacturer. Chillers using refrigerants with /\ vapor pressure less than 100 kPa (14 .7 psig) shall be supplied with AHRI 580 compliant ~ Purge System. Purge unit shall be factory-mounted , complete with necessary, piping , operating and safety controls and refrigerant service valves to isolate the unit from the P . chilling unit. Purge unit shall be air, water, or refrigerant cooled. When in operation , purge system shall function automatically to remove , water vapor, and condensable gases from refrigeration system and to condense , separate , and return to system any refrigerant present therein. System discharge shall be maximum 0 .04 pound of refrigerant per pound of air discharged . Purge un it shall use a non-CFC refrigerant. Purge system shall be manually or automatically started and stopped , and shall be assembled as a compact unit. As an option , a fully automatic purge system that operates continuously while main unit is operating may be furnished. Such purge system shall provide a means to signal operator of occurrence of excessive purging indicating abnormal air leakage into unit. The purge system shall be of high efficiency in recapturing the refrigerant at all load and head conditions and with capability to operate when the chiller is off. The purge unit shall be UL listed. Isolation Pads : provide manufacturers standard Contractor shall provide any isolation I\ pads, shims, or other materials recommended by manufacturer for installation of ~ the chiller skid on the equipment pad. All materials shall be per manufacturer recommendations. Q . Refrigerant and Oil : 1. Provide sufficient volume of dehydrated refrigerant and lubricating oil to permit maximum unit capacity operation before and during tests . Refrigerant charge lost during the warranty period due to equ ipment failure shall be replaced without cost to the Owner. 2. The manufacturer shall certify that chiller components , such as seals , o-ring , motor windings , etc. are fully compatible with the specified refrigerants . R. Chillers utilizing low pressure refrigerants HCFC-514a shall be supplied with a vacuum prevention system to maintain the chiller at positive pressure during non-operational cycles . S . Ch illers utilizing HCFC-514a shall be supplied with all metal , non -fragmented with reverse buckling design rupture disc and a safety relief valve downstream of the rupture disc. Chillers using refrigerants HFC-134a shall be supplied with single or multiple reseating type, spring-loaded relief valve . FWW V ILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2 022 23 64 00 -7 PACKAGED WATER CHILLERS ADDENDUM NO. 2 & & & T . Service valves shall be provided to facilitate refrigerant reclaim/removal required during maintenance. U . Controls : Each chiller shall be furnished with unit mounted , stand-alone , microprocessor- based controls in NEMA 4X, 304 stainless steel enclosure , hinged and lockable, factory wired with a single point 480V/30/60Hz power connection , main circuit breaker I disconnect, and separate control circuit. The control panel shall provide chiller operation , including monitoring of sensors and actuators, and shall be furnished with light emitting diodes or liquid-crystal display keypad . 1. Refer to Section 26 29 86 Mechanical Equipment Control Panels (MECPs), for the construction requirements of each Control Panel. All panels specified under this Section, shall be submitted as a part of each associated mechanical equipment submittal. 2. Following functions shall display as a minimum: a . b . C. d . e. f. g. h . i. j . Date and Time. Outdoor air temperature . Operating set point temperature and pressure . Operating hours . Operating or alarm status . Chilled water temperature-entering Chilled water temperature-leaving . Condenser water temperature-entering Condenser water temperature-leaving . Refrigerant pressure-condenser and evaporator. k. I. Low oil pump pressure (if a motor driven oil pump is furnished). High oil supply pressure (if a motor driven oil pump is furnished). m . Chiller diagnostic codes. n . Current limit set point. o . Number of compressor starts. p. Purge suction temperature , if refrigerant HCFC-123 is used . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 23 64 00 -8 PACKAGED WATER CHILLERS ADDENDUM NO . 2 q. Purge elapsed time, if refrigerant HCFC-123 is used . 3. Control Functions: 4. a . Manual and automatic startup and shutdown time schedule . b. Control set points for entering and leaving chilled temperatures . c . Condenser water temperature. d . Current/demand limit. e . Motor load limit. Safety Controls: At a minimum, the f.following conditions shall shut down the chiller and require manual reset to start: a. High condenser pressure. b . C. d . High oil temperature (if a motor driven oil pump is furnished). High or low oil pressure (if a motor driven oil pump is furnished). Loss off.low condenser or chilled water. e. Low chilled water temperature. f . Low e1.iaporator refrigerant temperature . g . Sensor malfunctions. h . Power fault. i. Extended compressor surge. IA j. Communication loss between the chiller and its control panel. A signal must /\ be transmitted to tho dryer control panel, for this communication loss and for 8 any abnormal. 5 . Leaving chilled water temperature reset, where specified in the control sequence, shall be based on signal from the dryer control panel. 6. Chillers shall be pre-wired to terminal strips for interlocked to other equipment. 7. Provide contacts for remote start/stop, alarm for abnormal operation or shut down , and for dryer control panel interface. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01/2022 23 64 00 -9 PACKAGED WATER CHILLERS ADDENDUM NO . 2 8. The chiller control panel shall utilize the following components to automatically take action to prevent unit shutdown due to abnormal operating conditions which will perform as follows . a . High pressure switch that is set to 20 psig (adjustable setting) lower than factory pressure switch that will automatically unload the compressor to help prevent a high pressure condenser control trip . One switch is required for each compressor and indicating light shall also be provided. b . Motor surge pressure that is set at 95% of compressor RLA that will automatically unload the compressor to prevent an over current trip . One protector is required for each compressor and indicating light shall also be provided. c . Low pressure switch that is set at 5 PSIG above the factory low pressure switch that will automatically unload the compressor to help prevent a low evaporator temperature trip . One switch is required for each compressor and indicating light shall also be provided . d . In all the above cases , the chiller will continue to run , in an unloaded state and will continue to produce some chilled water in an attempt to meet the cooling load . However, if the chiller reaches the trip-out limits , the chiller controls will take the chiller off line for protection , and a manual reset is required. Once the "near trip" condition is corrected , the chiller will return to normal operation and can then produce full load cooling . 9. With variation of +/-10% of design flow per minute , chiller shall be able to maintain +/ 0 .5 degrees i;: +/-5 degrees F leaving water temperature control. The chiller must be able to withstand a •/ 30% change in flo 1.v rate per minute without unit ~ Variations in the primary flow allow for optimal system efficiency, but the chiller must be able to maintain temperature control to help ensure occupant comfort. 10. The chiller control panel shall provide +/ 0 .5 dogroos i;: +/-5 degrees F leaving water temperature control during normal operation . The chiller shall provide multiple steps leaving chilled water temperature controller to minimize part load energy use and optimize leaving chilled water temperature control. If manufacturer is unable to provide at least several steps of unloading , hot gas bypass shall be required to minimize loss of leaving water temperature control. 11 . The chiller control panel shall provide a 2-minute stop-to-start and 5 minute start- to-start solid state timer. If the anti-recycle timers are longer than 5 minutes, then hot-gas bypass shall be provided to limit loss of leaving chilled water temperature control in low-load conditions. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12 /01 /2022 23 64 00 -10 PACKAGED WATER CHILLERS ADDENDUM NO . 2 12. Control panel shall include incoming line provision for the number and size cables shown on the drawings. Incoming line lugs shall be copper mechanical type. 13 . Terminals connection pads shall be provided to which customers supply lugs can be attached . 14. All wiring shall be tinned copper. Includes skid wiring, panel wiring, and all other wiring under this section. V. Motor: Refer to Section 23 00 00 -Basic HVAC Requirements . Compressor motor furnished with the chiller shall be in accordance with the chiller manufacturer and the electrical specification 26 05 50 -NEMA Frame Induction Motors, 600 Volts and Below . Starting torque of the motor shall be suitable for the driven chiller machine. W . Motor Controller: Provide manufacturer's recommended variable speed motor controller in the skid-mount chiller control panel for each scroll compressor. Provide motor controller with the following features in addition to the ones specified in Electrical Specification Section 26 05 50 -NEMA Frame Induction Motors, 600 Volts and Below . 1. Motor controllers shall be sized per NEMA requirements to the chillers for full load currents. 2. /\mmeter(s) shall be pro11ided , capable of displaying current to all three phases. &. Ammeter shall be calibrated so that inrush current can be indicated. 3 . When a motor driven oil pump is furnished, provide a 120-volt control circuit, mounted within starter enclosure . When an oil pump starter is provided at the refrigeration machine, provide fused disconnect in star delta starter for oil pump. X . Refrigerant Piping: Refrigerant piping shall be designed by manufacturer. Piping shall be resistant to a hydrogen sulfide environment up to 5ppm. Bare copper is not allowed . Y . Instruments: Not all required instruments are shown on the Instrumentation drawings . Provide pressure and temperature gauges or sensors to show temperature and pressure before and after every heat exchanger. Instruments shall conform with Division 40 requirements . 2.02 CORROSION PROTECTION A. Exposed Outdoor Cabinet: Casing Surfaces (Exterior and Interior): All exposed and accessible metal surfaces shall be protected with a water-reducible acrylic with stainless steel pigment spray-applied over the manufacturer's standard finish . The spray coating thickness shall be 2-4 mils. Alternately, powder coating may be provided. The &,_ coating shall aRa provide minimum salt-spray resistance of 2 ,500 hours (ASTM B 117) 2 AND 500 hours UV resistance (ASTM D4587) FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 23 64 00 -11 PACKAGED WATER CHILLERS ADDENDUM NO. 2 PART 3 -EXECUTION 3.01 EXAMINATION A. Examine roughing-in for concrete equipment bases, anchor-bolt sizes and locations, piping and electrical to verify actual locations and sizes before chiller installation and other conditions that might affect chiller performance, maintenance, and operation. Equipment locations shown on drawings are approximate. Determine exact locations before proceeding with installation . 3.02 EQUIPMENT INSTALLATION A. Install chiller on concrete base with isolation pads or vibration isolators. 1. Concrete base is specified in Section 03 30 00 -Cast-In-Place Concrete. 2. Anchor chiller to concrete base according to manufacturer's written instructions . 3. Charge the chiller with refrigerant , if not factory charged . 4. Install accessories and any other equipment furnished loose by the manufacturer, including remote starter, remote control panel, and remote flow switches, according to the manufacturer written instructions and electrical requirements. 5. Chillers shall be installed in a manner as to provide easy access for tube pull and removal of compressor and motors etc . 8. Piping Connections: 1. Make piping connections to the chiller for chilled water, condenser water, and other connections as necessary for proper operation and maintenance of the equipment. 2. Make equipment connections with flanges and couplings for easy removal and replacement of equipment from the equipment room. 3.03 STARTUP AND TESTING A . Engage manufacturer's factory-trained representative to perform startup and testing service. 8 . Contractor shall provide initial fill of propylene glycol solution as specified and per manufacturer's recommendations . C. Inspect, equipment installation , including field-assembled components, and piping and electrical connections . FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01 /2022 23 64 00 -12 PACKAGED WATER CHILLERS ADDENDUM NO . 2 D. After complete installation startup checks, according to the manufacturers written instructions, do the following to demonstrate to the Owner's Representative that the equipment operate and perform as intended. 1. Check refrigerant charge is sufficient and chiller has been tested for refrigerant leak. 2. Check bearing lubrication and oil levels. 3 . Verify proper motor rotation. 4. Verify pumps associated with chillers are installed and operational. 5. Verify thermometers and gages are installed . 6 . Verify purge system , if installed , is functional and relief piping is routed outdoor. 7. Operate chiller for run-in-period in accordance with the manufacturer's instruction and observe its performance . 8. Check and record refrigerant pressure, water flow, water temperature, and power consumption of the chiller. 9 . Test and adjust all controls and safeties. Replace or correct all malfunctioning controls, safeties and equipment as soon as possible to avoid any delay in the use of the equipment. 10. Prepare a written report outlining the results of tests and inspections , and submit it to the COR. E. Chiller startup quantities are included in Section 46 73 23, Refrigerative Digester Gas Dryers . Engage manufacturer's certified factory trained representative to provide training for the Owner's maintenance and operational personnel to adjust, operate and maintain equipment. F. The Commissioning Agent will observe startup and contractor testing of selected equipment. Coordinate the startup and contractor testing schedules with the Owner's Representative and Commissioning Agent. 3.04 COMMISSIONING A. Provide commissioning documentation in accordance with the requirements Section 23 08 00 -Commissioning of HVAC Systems for all inspection , start up , and contractor testing required above and required by the System Readiness Checklist provided by the Commissioning Agent. FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12/01/2022 23 64 00 -13 PACKAGED WATER CHILLERS ADDENDUM NO . 2 B. Components provided under this section of the specification will be tested as part of a larger system . Refer to Section 46 73 23 -Refrigerative Digester Gas Dryers for contractor responsibilities for system commissioning . 3.05 DEMONSTRATION AND TRAINING A. Provide services of manufacturer's technical representative to instruct Owner's personnel in operation and maintenance of units . END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CONFORMED , 12 /01 /2022 23 64 00 -14 PACKAGED WATER CHILLERS ADDENDUM NO . 2 SECTION 23 7 4 00 PACKAGED OUTDOOR HVAC EQUIPMENT PART 1 -GENERAL 1.01 SECTION INCLUDES A. The Contractor shall provide all labor, materials, equipment and incidentals to furnish and install all heating and ventilating units with the requirements specified herein and as shown on the Contract Drawings or specified in the Specifications . B . The equipment shall be furnished complete with all accessories, special tools, spare parts, base attachments, mountings, anchor bolts and other appurtenances as specified or as may be required for a satisfactory installation . C. All heating and ventilating units shall be furnished in accordance with the schedule shown on the Contract Drawings . 1.02 SUBMITTALS A. The following items shall be submitted in accordance with, or in addition to the submittal requirements specified in Section 01 33 00 -Submittal Procedures and Section 46 00 00 -Equipment General Provisions: 1. Shop Drawings 2 . O&M Manuals 3 . Catalog data consisting of specifications, illustrations and a parts schedule that identifies the materials to be used for the various parts and accessories. The illustrations shall be in sufficient detail to serve as a guide for assembly and disassembly. 4 . Complete assembly and installation drawings with clearly marked dimensions. This information shall be in sufficient detail to serve as a guide for assembly and disassembly and for ordering parts. 5 . Weight of all component parts and assembled weight. 6. Electrical characteristics , wiring, diagrams, etc. 7 . Sample data sheet of equipment nameplate(s) including information contained thereon. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 74 00 -1 PACKAGED OUTDOOR HVAC EQUIPMENT 8. Insulation materials, coating , jackets , detail density, thermal conductivity and thickness of all insulation materials to be furnished. 9. Details of special fasteners and accessories. 10. Type of adhesives, binders , joint cement, mastics . 11 . Proposed insulation procedures and installation methods. 12. Spare parts list. 13 . Special tools list. 14. Control Panels: 15. Panel layout drawings indicating dimensions and device layout for panel mounted devices , sub-panel mounted devices and internal components. 16. Wiring schematics indicating factory installed wiring as well as field installed interconnection wiring between control panels, and remote mounted equipment. 17 . Catalog data for all control panel components including but not limited to enclosures, controllers, starters, pilot lights, selector switches, pushbuttons , etc. 18. Include all specification technical exceptions in the submittal. The manufacturer agrees that the equipment is in compliance with Specification Sections that are not identified in the list of technical exceptions . B. The Contractor shall submit a deta iled factory test procedure to the Engineer for approval prior to unit fabrication. C. The Contractor shall submit the results of the factory test to the Engineer for approval prior to shipping of the unit. D. The Contractor shall submit the affidavit from the Manufacturer's representative that the unit is installed in accordance with the Manufacturer's installation instructions. E. The Contractor shall obtain from the manufacturer and submit to the Engineer copies of certified letters of compliance in accordance with the Specifications. F. The Contractor shall submit operation and maintenance manual in accordance with the procedures and requirements set forth in the General Conditions and Division 01 . Operation and Maintenance Manuals shall be submitted for all equipment. ~ 1. Include instructions for lubrication, filter replacement , motor and drive replacement , spare parts lists and wiring diagrams . CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 74 00 -2 PACKAGED OUTDOOR HVAC EQUIPMENT ~ "' 2. In addition to a full set of manuals with closeout documentation, each unit shall ship with its own manual in a watertight enclosure. 1.03 DELIVERY, STORAGE, AND HANDLING A. Deliver, store , protect and handle products to the Project Site under the provisions of Division 01. B . Accept products on site in factory-fabricated protective containers, with factory-installed shipping skids and lifting lugs. Inspect for damage . C . Store in clean dry place and protect from weather and construction traffic. Handle carefully to avoid damage to components , enclosures and finish . D. Protect openings in casing and seal them with plastic wrap to keep dirt and debris. Protect coils from entry of dirt and debris with pipe caps or plugs. 1.04 SPARE PARTS AND SUPPLIES A. Furnish all special tools necessary to dissemble , service , repair and adjust the equipment. B. The following spare parts shall be furnished with each un it: 1. One (1) set of fan belts 2 . One(1)setofsheaves 3. One (1) set of bearings 4. One (1) set of filters C. Furnish all additional spare parts as recommended by the equipment manufacturer for normal maintenance of equipment. D. Spare parts lists, included with the shop drawing submittal shall indicate specific sizes , quantities , and part numbers of items to be furnished . Terms such as "1 lot of packing material " are not acceptable. E. Parts shall be completely identified with a numerical system to facilitate parts inventory control and stocking. Each part shall be property identified by a separate number. Those parts which are identical for more than one size , shall have the same parts number. 1.05 SCHEDULES ON DRAWINGS A. In general , all capacities of equipment characteristics are shown in schedules on the Drawings . Reference shall be made to the schedules for such information. The FWW V ILLAGE CREEK WRF , DIGESTER MI X ING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/0 1/2022 23 74 00 -3 PACKAGED OUTDOOR HVAC EQUIPMENT capacities shown are minimum capacities . Variations in capacities of the scheduled equipment supplied under this Con t ract will be permitted only with the written direction of the Engineer. B. Motors and wheel diameters shown on the schedules are the minimum. If a larger wheel diameter or horsepower is required , it shall be so quoted and noted . 1.06 MANUFACTURER'S INSTRUCTIONS A. Installation of all equipment shall be in accordance with manufacturer's data. B. All changes from the installation procedures in manufacturers' data shall be submitted for approval in accordance w ith the requirements for shop drawings . C . Keep all manufacturers' data provided in a secure manner at the job site at all times . Catalog and index th is data for convenient reference . D. Manufacturers' data shall be available for the information of the Owner, Engineer, and the use of other trades . E. Turn over all data to the Owner through the Owner's representative at completion of the Work and final testing . F. Submit all instruction books and manuals in accordance with Division 01. 1.07 CODES, PERMITS AND STANDARDS A. The Contractor shall obtain and pay for all permits (unless specifically excluded under Division 01 requirements) and shall comply with all laws and codes that apply to the Work . B . The Contractor shall be responsible for all added expense due to his choice of equipment, materials or construction methods. C. All work and materials shall be in full accordance with the latest State/Commonwealth rules and regulations or publications including those of the State/Commonwealth Fire Marshall , the International Mechanical and Energy Codes, and all local codes . Noth ing in the Plans and /or Specifications shall be construed to permit work not conforming to the above codes , rules and regulations . D. All equipment, materials and installations shall conform to the requirements of the most recent edition with latest revisions , supplements and amendments of the following , as applicable : 1. Air Diffusion Council (ADC) 2 . Air Moving and Conditioning Association (AMCA) FWW V ILLAGE CRE EK WRF , DIGESTER M IXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 CONFORMED , 12/0 1/2022 23 74 00 -4 PACKAGED OUTDOOR HVAC EQUIPMENT 3. American Society of Heating , Refrigerating and Air Conditioning Engineers , Inc. (ASHRAE) 4 . American National Standards Institute (ANSI) 5. American Society for Testing and Materials (ASTM) 6. American Society of Mechanical Engineers (ASME) 7. National Electric Code (NEC) 8. NFPA 90A Air Conditioning and Ventilation Systems 2009 edition 9. NFPA 820 Standa rd for Fire Protection in Wastewater Treatment and Collection Facilities 2012 edition 10 . Occupational Safety and Health Standards (OSHA) 11 . Sheet Metal & Air Conditioning Contractors National Association (SMACNA) 12 . State/Commonwealth and local codes, ordinances and statutes 13 . Underwriters Laboratories (UL) 14 . Others as designated elsewhere in the specifications . 1.08 QUALITY ASSURANCE A. Manufacturer Qualifications : Company specializing in manufacturing the products specified in this Section with a minimum five (5) years of documented experience , who issues complete catalog data on total product. B . All material and equipment shall be the latest design , new, not deteriorated , and the first quality standard product of manufacturers regularly engaged in the production of such material and equipment. C. When two or more units of the same class of material or equipment are required, they shall be products of a single manufacturer. D. All work shall be performed in a neat and workmanlike manner by workers skilled in their respective trades , and all materials and equipment shall be installed as recommended by the manufacturers and in accordance with specified codes and standards . E. The Contractor is responsible to furnish and touch up and/or repaint to match original factory finishes for all finished or painted equipment and materials which are scratched or marred during shipment or installation. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 74 00 -5 PACKAGED OUTDOOR HVAC EQUIPMENT PART 2 -PRODUCTS 2.01 GENERAL A. Each item of equ i pment shall be furnished and installed complete with all supports , mounti ng frames, roof curbs (when applicable) duct work , piping , louvers , panels, grilles , electric drive units and controls , mechanical equipment, electrical work , insulation and appurtenances ready for operation . B . Each unit shall be completely factory assembled and shipped in one piece . C . All units shall have decals and tags to indicate caut ion areas and to aid in unit service . A un it nameplate shall be fixed to a permanent panel next to the main control panel access . Electrical w iring diagrams shall be supplied with each unit. Installation , operating and maintenance bulletins and sta rt -up forms shall be supplied with each unit. D. All equipment and appurtenances shall be anchored or connected to supporting members as specified or as indicated on the Plans. E. All mechanisms or parts shall be amply proportioned for the stresses which may occur during operation or for any other stresses which may occur during fabrication and erection . Individual parts furnished which are alike i n all units shall be alike in workmanship , design , and materials and shall be interchangeable . All equipment shall be of the manufacturer's top li ne , industrial commercial grade. F . The Contractor shall ascertain that all chassis , shafts , and openings are correctly located otherwise he shall cut a ll new openings required at his own expense . Cutting of new openings shall be coordinated with other trades. Proposed new cutting shall be submitted to the Engineer for review and acceptance prior to cutting . G . The Plans shall be taken as diagrammatic. The Contractor shall check the Structural drawing information for detail dimensions and clearances . Sizes of ducts and their locations are indicated , but not every offset, fitting , or structural obstruction is shown. The Contractor is responsible for all coordination of openings, curbs, and supports with all other trades. H . Alignment of ducts may be varied where necessary to account for slight architectura l changes or to avo id conflict with the Work of other trades without additional expense to the Owner. I. All supports required for the proper installation of the equipment, but not forming an integral part of the building structure , shall be provided , unless specifically noted otherwise . J . Packaged system shall a set of open dry contacts to send failure alarms . CONFORMED , 12/0 1/2022 FWW VI LLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 23 74 00 -6 PACKAGED OUTDOOR HVAC EQUIPMENT 2.02 MANUFACTURERS A. Provide air conditioning unit(s) manufactured by one of the following: 1. Trane 2 . Carrier. 3. York , Division of JCI (Johnson Controls) 4. Aaon 5. Or Approved Equal. B. Units shall conform to the specifications of this Section, shall have the performance as listed in the Drawing Schedule, the component order and dimensions as indicated on the Drawings. C. The units shall be factory assembled on an integral base frame, wired and tested for all operating functions before shipping . D. The unit shall bear certification label from ETL or UL and shall certify entire unit assembly as a system. 2.03 PACKAGED AIR CONDITIONING UNITS A. Air conditioning units shall be a complete package . Controls shall be factory mounted and wired. B . Air Cooled Condensing Section : 1. General: Units shall include hermetic scroll compressors, plate fin condenser coils, fans and motors , hail guards . Operating range shall be between 115°F and 0°F in cooling. 2. Casing: Unit casing shall be constructed of zinc coated galvanized steel. Casing surfaces shall be finished with baked epoxy coating. Units shall have removable panels which allow access to all major components and controls. 3 . Refrigerant System: The air handling unit shall have a single refrigeration circuit. All refrigerant circuits shall be controlled by a factory-installed thermal expansion valve. 4 . Compressors: Crankcase heater, internal temperature and current-sensitive motor overloads shall be included for maximum protection. Scroll compressor shall provide inherently low vibration and noise by having no suction and discharge FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO. 102652 CONFORMED , 12/01 /2022 23 74 00-7 PACKAGED OUTDOOR HVAC EQUIPMENT valves . External high and low pressure cutout devices shall be provided . Evaporator-defrost control provided in indoor blower coil shall prevent compressor operation when low evaporator coil temperatures are encountered . 5 . Condenser Coil: Coils shall be internally enhanced 3/8-inch copper tubes mechanically bonded to configured aluminum plate fins . Coils shall be factory pressure and leak tested . Co ils shall be coated with HERESITE P413-C baked phenolic coating system. Provide condenser coil guard grille. 6 . Condenser Fan and Motor(s): Direct-drive , statically and dynamically balanced propeller fan(s) shall be used in draw-through vertical discharge position. Fans shall be aluminum construction and coated with HERESITE VRL-506 (gray) air dry phenolic coating system. Either permanently lubricated totally enclosed or open construction motors shall be provided and shall have built in current and thermal overload protection . Motor(s) shall be either ball or sleeve bearing type. 7. Controls : Condensing section of packaged unit shall be completely factory wired with necessary controls and contactor pressure lugs or terminal block for power wiring. Units shall have single point power entry. Low Ambient Operation : Head pressure control shall be provided to permit operation to 0°F outdoor ambient temperature . C. Blower and Evaporator Section : 1. Blower coil units shall be completely factory assembled including coil , condensate drain pan , fan motor, filters and controls in an insulated casing. Units shall be rated and tested in accordance with ARI Standard 210/240 , 340/360 . Units shall be UL listed and labeled. 2 . Casing: Unit shall be constructed of sheet metal and steel frame with removable access panels . Removal of panels must not affect the structural integrity of unit. All exterior wall panels shall be made of minimum 20-gauge baked enamel finished steel. Casing shall be insulated with knockouts provided for electrical power, control wiring and piping connections . 3. Evaporator Coil: Configured aluminum fin surface shall be mechanically bonded to 3/8-inch OD copper tubing. Coils shall be factory pressure and leak tested . Coils shall be coated with HERESITE P413-C baked phenolic coating system. 4. Evaporator Fan : centrifugal-type fan(s) with multi-speed direct drive . All fans statically and dynamically balanced and tested after being installed on properly sized hollow or solid shafts . Fan shafts shall not pass through their first critical speed as unit comes up to rated rpm. Fan wheels shall be coated with HERESITE VR-508 air dry phenolic coating system . Thermal overload protection shall be provided for the motor. Fan and motor bearings shall be permanently lubricated. CONFORMED , 12/01 /2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 74 00 -8 PACKAGED OUTDOOR HVAC EQUIPMENT Oversized motors shall be available as an option for high static application . All motors shall meet the US Energy Policy Act of 1992 (EPACT). 5 . Controls : Magnetic evaporator fan contactor, low voltage terminal strip, check valve(s), single point power entry and plug in module for accessory electric heat control shall be included. All necessary controls shall be factory installed and wired. Evaporator defrost control shall be included to prevent compressor slugging by temporarily interrupting compressor operation when low evaporator coil temperatures are encountered. A space zone sensor shall be provided by unit manufacturer. 6. Electric Heater (If Scheduled on Drawings): The electric coil along with the complete air handling unit shall be listed as an entire assembly by Underwriters Laboratories, Inc. with the appropriate UL labels. Electric coils in galvanized steel frames shall have open resistance type heating elements of 80 percent nickel and 20 percent chromium. Elements uniformly distributed over cross-sectional area of unit with vertical support brackets to prevent coil element sag. Coil elements insulated from metal by ceramic bushings. Maximum element heating density for preheat coils of 55 watts/inch 2 and hot deck coils of 35 watts/inch2. Expanded steel baffle provided on coil inlet for uniform airflow and protection of service personnel. Electric coils rated for 460/60/3 operation with equal, balanced, threephase stages. Electric coils provided with built-in primary automatic and secondary manual reset thermal protection devices, and static pressure type airflow switch that prevents energizing when airflow is inadequate. 7. Filters: Filters shall be accessible from either side coil access panel. Filter rack shall have low velocity, 2-inch pleated cotton or synthetic fiber, Merv 8 , throw- away filters . PART 3-EXECUTION 3.01 INSTALLATION A. Install unit level and plumb. B. Heating and ventilating units shall be installed, connected and placed in satisfactory working order in accordance with the manufacturer's instructions and details , approved shop drawings, the Contract Drawings, and the Contract Specifications. C . Install equipment so that sufficient access and working space is provided for ready and safe operation and maintenance. CONFORMED , 12/01/2022 FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 74 00 -9 PACKAGED OUTDOOR HVAC EQUIPMENT 3.02 IDENTIFICATION A. Each unit of equipment shall be identified with the equipment item numbers given on the Contract Drawings and in Division 01 of the Specifications. A corrosion resistant tag or nameplate , securely affixed in a conspicuous place on each unit shall give the equipment item number, manufacturer's name or trademark and such other information as the manufacturer may consider necessary, or as specified , to complete identification. 3.03 CONNECTIONS A . Ground equipment. 1. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values . If manufacturer's torque values are not indicated , use those specified in UL 486A and UL 4868. 3.04 FACTORY TEST A. The manufacturer shall conduct a factory test. The manufacturer shall submit a factory test procedu re to the Engineer prio r to unit fabrication. The test shall include a functional test of the unit. B. The factory test procedure shall include measuring the air flowrate , external static pressure of the unit , all fan running amps , and all fan speeds . C . The factory test procedure shall include an alarm and interlock testing procedure for testing all system alarms and interlocks. 3.05 FIELD QUALITY CONTROL A. Installation Inspection : Engage a factory-authorized service representative to inspect field-assembled components and equipment installation , including piping and electrical connections , and to prepare a written report of inspection. B. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operat ion. Remove malfunctioning units, replace with new components , and retest. C . Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3.06 MANUFACTURER'S REPRESENTATIVE A. The Contractor shall provide the services of a qualified manufacturer's technical representat ive who shall adequately supervise the installation and testing of all equipment furnished under this Contract. CONFORMED , 12/01 /2022 FWW V ILLAGE CREEK WRF , DIGEST ER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 74 00 -10 PACKAGED OUTDOOR HVAC EQUIPMENT B . The services of the manufacturer's representative shall be provided for a period of not less than 3 days as follows: 1. At least 2 trips of up to 1 day after installation of the equipment. 2. At least 1 trip of up to 1 day for training. C. Any additional time required to achieve successful installation and operation shall be at the expense of the Contractor. The manufacturer's representative shall sign in and out the office of the Resident representative on each day he is at the project. D. The Manufacturer's Representative shall inspect the unit after installation is complete and submit to the Engineer for approval that the unit is installed in accordance with the manufacturer's installation requirements. E. Training 1. The Contractor shall provide training for Owner's maintenance personnel in accordance with detailed specification -equipment start-up services and training , Division 01 - General Requirements. 2. The Contractor shall include in his request for manufacturer approval a certification that the manufacturer has been advised of the stringent requirements for training, and that the costs associated with said training submittals and training have been included in the manufacturer's pricing . CONFORMED , 12/01/2022 END OF SECTION FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 74 00 -11 PACKAGED OUTDOOR HVAC EQUIPMENT CONFORMED , 12/01/2022 THIS PAGE INTENTIONALLY LEFT BLANK FWW VILLAGE CREEK WRF , DIGESTER MIXING , FLARE , DOME IMPROVEMENTS CITY PROJECT NO . 102652 23 74 00 -1 2 PACKAGED OUTDOOR HVAC EQUIPMENT