HomeMy WebLinkAboutContract 45172 (3)r.
�
,
- _ � ...,.. _ ..:.,
7 . r d � •!� i
� � •: � W.�,t �� �, Y �.�.�. i+��d p� �.
�, '-�-aTYe�TRw�^.""' As. _.-..,m,q . ��is.w,a�a.....nC..
�ORT �aRTH CONFORMED SET
PROJECT MANUAL C�� ����
FOR 6Jttl G i�f441 A��9a � J , C./
THE CONSTRUCTION O�
Village Creek WRF Gravity Belt Thickener Addition Project
(
. ..�..�.-,--.. .. .._. .,... .._.._ .. _
r -- �-,
�,:�� a ;.�.
,F ,-�
�l..3 �✓ . .
-. ��. . . . . .. -� ..�
City Project No. 01847
Betsy Price
Mayor
Tom Higgins
City Manager
S. Frank Crumb, P.E.
Director, Water Departlnent
�
Andrew T. Cronberg, P.E.
Assistant Water Director Engineering and Fiscal Services
Sebastian Fichera, REM
Assistant Water Director, Pollution Control
r
r
Prepared for
The City of Fort Worth
Water Department
APRIL 2013
HAZEN AND SAV��YER
Environmental Engineers & Scientists
` CpRD In Association with
OFFICIA C ETpR�
CIT�i gE �� I Gupta & Associa�es, inc�
��t. wa�Tr�9 �� Ln 6�,��,��,a c�&��
�.�u�..— (/ �
�� � �
� o,
.���/Z 3
This document has been modified to incorporate addenda issued during bidding period.
Each modification is annotated with a symbol "Add 1" or "Add 2" indicating the Addendum
number issuing the change. In the event of a discrepancy between the conformed
document and the contract documents, the contract documents shall govern.
David Townsend, P.E_
Facilities Engineering Manager
� ��P�E OF T�c`��tjt
�*: �• • *�
' * : r�v . *
...............................:....
TINA E. HANSON
....................................
� -o'•: 67820 � �
'tt •° 9�G/STE��� ��'.~�
l O '•. <v
trtl ss/ONA�E�G.^•V
����
����
�P.�E O F T .�titt
r.• 5: . cP j1
�*: � .,t,
�,,�_ .*
...............................:....
TRACEY L. LONG
.........................
� -o':, 89376 ;'��
jt t�'<`�� <!CETISE�_.G����
� ����IV�D D�'(:02�013
M&C Review
CITY COUNCIL AGENDA
Page 1 of 3
Official site of the City of Fort Worth, Texas
FORT`�'ORTH
��
COUNCIL ACTION: Approved on 9/24/2013
DATE:
CODE:
9/24/2013 REFERENCE
NO..
C TYPE:
60VCWRF
**C-26476 LOG NAME: ARCHERWESTERN GRAVITY
BELT
PUBLIC
CONSENT HEARING: NO
SUBJECT: Authorize Execution of a Construction Contract with Archer Western, LLC, in the Amount of
$931,000.00 for the Construction of the Gravity Belt Thickener Addition at Village Creek
Water Reclamation Facility and Provide for Project Management and Contingencies for a
Total Project Cost in the Amount of $968,930.00 (COUNCIL DISTRICT 5)
RECOMMENDATION:
It is recommended that the City Council authorize a construction contract with Archer Western, LLC, in
the amount of $931,000.00 for the construction of the Gravity Belt Thickener Addition at Village Creek
Water Reclamation Facility and provide for project management and contingencies for a total project
cost.
�6�1�L+�►�C�I�A
On April 10, 2013, (M&C C-25555) the City Council authorized the execution of an Engineering
Agreement with Hazen and Sawyer, P.C. for the preparation of plans and specifications for the Gravity
Belt Thickener Addition at Village Creek Water Reclamation Facility.
The project includes the addition of one gravity belt thickener and associated piping modifications, a
new polymer system and other improvements to address operational needs in the building. Three
Additive Bid Items were identified and bid out separately. By structuring this contract with alternate bid
items, Staff was able to quantify the value of these specific items and still retain the flexibility of not
pursuing each item if it was not economical.
Alternate Additive Bid Item A1 is an incremental cost to purchase the gravity belt thickener
equipment from Andritz to match existing equipment already installed and in use at the facility.
Alternate Additive Bid Item A2 is an allowance to hire a prequalified subcontractor to perform process
controls programming to integrate the new equipment into the existing controls system in lieu of
using plant Staff.
Alternate Additive Bid Item A3 is additional cost to conduct testing and analysis on the gravity belt
thickener sludge.
This project was advertised in the Fort Worth Star-Teleqram on April 18, 2013 and April 25, 2013. On
May 23, 2013, the following bids were received:
http://apps.cfwnet.or�/council�acket/mc review.asp?ID=18893&councildate=9/24/2013 11/12/2013
M&C Review
Total Base
Bid
Additive
Alternate
Bid Item A1
ditive Additive Total Ba
ernate Alternate B�d + A1
. .. . ,. Bid Item . „
Page 2 of 3
300
Lawson
Waterworks
L�C
J.S. Haren
Company
Crescent
Constructors
Inc.
BAR
Constructors
Inc.
Red River
Construction
Company
ARK
Contracting
Services LLC
�;
1.087.800
$0
��
��� �,
���F, �� ���,
���E, -� ��� ���E, � ���
��� �� �E, � ���
i � �E, ������ � IE� � � � ���Z�IIE��iF��•��I�I�a
The contract award will be the lowest cost for Total Base Bid plus Additive Alternatives 1 and 3. The
scope of work for Additive Alternative A2 will be performed by plant personnel.
In addition to the contract amount, $10,000.00 is required for staff support and $27,930.00 is needed for
contingencies for a project total in the amount of $968,930.00.
M/WBE Office - Archer Western, LLC, is in compliance with the City's BDE Ordinance by committing to
eight percent MBE participation and is documenting good faith effort. Archer Western, LLC, identified
several subcontracting and supplier opportunities. However, the MBEs contacted in the areas identified
did not submit the lowest bids. The City's goal on this project is 16 percent.
The Village Creek Water Reclamation Facility is located in COUNCIL DISTRICT 5 and serves ALL
COUNCIL DISTRICTS.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Sewer Capital Projects Fund.
TO Fund/Account/Centers FROM Fund/Account/Centers
P275 541200 705300184780 $931,000.00
Submitted for Citv Manager's Office by: Fernando Costa (6122)
http://apps.cfwnet.org/council�acket/mc review.asp?ID=18893&councildate=9/24/2013 11/12/2013
M&C Review
Oriqinatinq Department Head:
Additional Information Contact:
S. Frank Crumb (8207)
Madelene Rafalko (8215)
ATTACHMENTS
60VCWRF ARCHER WESTERN GRAVITY BELT Map.pdf
Page 3 of 3
http://apps.cfwnet.org/council�acket/mc review.asp?ID=18893&councildate=9/24/2013 11/12/2013
CITY COUNCIL AGENDA
DATE
F�}RT �'��oxrH
�~
COUNCIL ACTION: Approved on 8/20/2013
8/20/2013 REFERENCE **C-26411 LOG NAME: 60MOBILEWORKFORCEMGT(R) 2013
NO..
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: Authorize Execution of a Professional Services Agreement with Westin Engineering, Inc., in the
Amount of $224,260.00 for Development of Requirements for a Mobile Workforce Management
System and Assistance in Selection of the System (ALL COUNCIL DISTRICTS)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a Professional Services Agreement
with Westin Engineering, Inc., in the amount of $224,260.00 to develop requirements and assist the Water
Department with the selection of a Mobile Workforce Management system.
DISCUSSION:
Mobile Workforce Management (MWM) was identified, along with Advanced Metering Infrastructure (AMI), as an
opportunity to enhance customer service management in the Department's strategic Information Technology (IT)
Master Plan, completed by Westin in 2010. Mobile Workforce Management allows the department to enhance its
meter and service order management operations to the benefit of water customers.
Implementation of an MWM system will replace the manual processes required to complete work orders, including
printing out work orders, verifying service locations, routing and scheduling field personnel, and updating
completed work orders with field notes. The MWM system will automate and simplify these processes by enabling
Staff to update notes and close work orders in the field. It will also decrease customer response times and
increase efficiency by automatically assigning the nearest employee to the service location and rerouting work as
appropriate.
On August 7, 2012, (M&C C-25775) the City Council approved authorizing City Secretary Contract No. 43566 with
Westin Engineering, Inc., to conduct a feasibility assessment of a MWM system for the meter services division of
the Water Department. The assessment evaluated the costs and benefits of the specific business process
improvements and operational efficiencies supported by MWM technologies. The feasibility assessment
concluded that the Water Department will realize significant benefits from implementing these technologies with an
estimated payback within one year. As such, the Department has decided to move forward with Phase II
(selection) of the MWM system.
Phase II will include the development of system requirements and selection of the technology. Westin
Engineering, Inc., is recommended as the consultant for Phase II based on both its experience with the utility
industry and its specific knowledge of the Water Department's business strategy, having recently conducted the IT
Master Plan and the feasibility assessment (Phase I) of the project. The firm's broad water industry and
technological knowledge and experience assisting similar utilities across the nation will be an asset to the City of
Fort Worth. Implementation will be considered as Phase III of the project.
M/M/BE Office - A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Water
Department and approved by the MNVBE Office because the purchase of goods and services is from sources
where subcontracting or supplier opportunities are negligible.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds were not specifically budgeted for this project in
the Fiscal Year 2013 Adopted Budget; however, the department has identified current year savings to offset the
full cost.
TO Fund/Account/Centers
FROM Fund/AccountlCenters
PE45 531200 0604009 $224,260.00
Submitted for Citv Manaqer's Office bv:
Oriqinatinq Department Head:
Additional Information Contact:
Fernando Costa (6122)
S. Frank Crumb (8207)
S. Frank Crumb (8207)
Micah Reed (8211)
ATTACHMENTS
�r�
Mir, Seiavash
From: Damato,Gina M <GDAMATO@travelers.com>
Sent: Friday, November 08, 2013 2:16 PM
To: Mir, Seiavash
Subject: FW: Bond
Hi Seivash -
The bond for City of Fort Worth for the Valley Creek Gravity Belt Thickener is a legitimate bond. It was just issued last
week. The correct bond number is 105987280 and the bonds are in the amount of $931,000.
If you have any questions, or need additional info please let me know.
Thanks
Gina
Gina M. Damato
Account Underwriter
Travelers Bond - Construction Surety
215 Shuman Blvd.
Naperville, IL 60563
Telephone: (630)961-7052
Fax: (866)216-5979 or (630)961-7020
Email: gdamato(�travelers.com
� please don't print this e-mail unless you really need to. Recycle - Save the Planet!
-----Original Message-----
From: Paradis,Ann V
Sent: Friday, November 08, 2013 5:18 AM
To: Damewood,Michael
Subject: FW: Bond
Can you please verify and respond directly to the email address below?
THANK YOU!!!
^'Ann
Ann V. Paradis
Travelers Bond & Financial Products
Construction Services
One Tower Square, 2S2B
Hartford, CT 06183
(860) 277-2895
aparadis@travelers.com
1
Listing of Certified Companies: Surety Bonds: Programs and Systems: Financial Mana.
/'��
nV�
" \
�� �1
�� �
4 / n�,
�� �/
� �
��
MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY.
INCORPORATED IN: Texas.
SURETY BONDING COMPANY OF AMERICA (NAIC #24047)
BUSINESS ADDRESS: 333 S. WABASH AVE, CHICAGO, IL 60604. PHONE: (312) 822-5000.
UNDERWRITING LIMITATION b/: y794,000. SURETY LICENSES c,f/: AL, AZ, AR, CA, CO3 DE,
DC, GA, ID, IL, IN, KS, MN, M0, MT, NE, NV, NM, NY, ND, OK, OR, SC, SD, TN, TX, UT, WV, WY.
INCORPORATED IN: South Dakota.
Swiss Reinsurance America Corporation (NAIC #25364)
BUSINE55 ADDRESS: 175 KING STREET, ARMONK, NY 10504. PHONE: (913) 676-5200.
UNDERWRITING LIMITATION b/: �497,318,000. SURETY LICENSES c,f/: AL, AK, AZ, CA, CO3
CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, M5, M0, MT, NE, NH,
NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WI. INCORPORATED
IN: New York.
Retum to too of oaae or select a letter to jump to an item.
T A B C D E F G H I J K � M N O P g R 5 T U V W X V Z
Page 18 of 20
TEXAS PACIFIC INDEMNITY COMPANY (NAIC #20389)
BUSINESS ADDRESS: 15 Mountain View Road , Warren , NJ 07059. PHONE: (214) 754-0777.
UNDERWRITING LIMITATION b/: $699,000. SUREIY LICENSES c,f/: AR, TX. INCORPORATED IN:
Texas.
TRANSATLANTIC REINSURANCE COMPANY (NAIC #19453)
BUSINESS ADDRESS: 80 PINE STREET, NEW YORK, NY 10005. PHONE: (212) 365-2200.
UNDERWRI'iING LIMITATION b/: �417,914,000. SURETY LICENSES c,f/: AK, AZ, AR, CA, CO3
WA, WI. INCORPORATED IN:SNew YorkMI, MN, M5, NE, NV, NJ, NM, NY, OH, OK, PA, SD, UT, � I_ � ��
Travelers Casualty and Surety Company (NAIC #19038) Mr.� Dar�u'�O I
BUSINESS ADDRE55: ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE: (860) 277-0111. � �/J �
UNDERWRITING LIMITATION b/: $309,982,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, ,/��C�"
CO3 CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, K5, KY, LA, ME, MD, MA, MI, MN, M5, MO, MT, V
NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA,
WV, WI, WY. INCORPORATED IN: Connedicut.
Travelers Casualty and Surety Company of America (NAIC #31194)
BUSINESS ADDRESS: ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE: (860) 277-0111.
UNDERWRITING LIMITATION b/: $178,045,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA,
CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT,
NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA,
WV, WI, WY. INCORPORATED IN: Connecticut.
Travelers Casualty Insurance Company of America (NAIC #19046)
BUSINESS ADDRESS: ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE: (860) 277-0111.
UNDERWRITING LIMITATION b/: $50,655,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO3
CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, M5, MO, MT, NE, NV,
NH, N], NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY.
INCORPORATED IN: Connecticut.
Travelers Indemnity Company (The) (NAIC #25658)
BUSINESS ADDRESS: ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE: (860) 277-011l.
UNDERWRITING LIMITATION b/: $711,929,000. SURE7Y LICENSES c,f/: AL, AK, AZ, AR, CO3
CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, M0, MT, NE,
NV, NH, N7, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI,
WY. INCORPORATED IN: Connedicut.
U Retum to too o( oaqe or select a letter to jump to an item.
A B C D E F G H I J K L M N O P � R S T U V W X V Z
U.S. Specialty Insurance Company (NAIC #29599)
BUSINE55 ADDRESS: 13403 NORTHWEST FREEWAY, HOUSTON, TX 77040 - 6094. PHONE:
(713) 462-1000. UNDERWRITING LIMITATION b/: $55,251,000. SURETY LICENSES c,f/: AL, AK,
AZ, AR, CA, CO3 CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS,
M0, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA,
WV, WI, WY. INCORPORATED IN: Texas.
UNITED CASUALTY AND SURETY INSURANCE COMPANY (NAIC #36226)
BUSINESS ADDRESS: 1250 Hancock Street, Suite 803N, Quincy, MA 02169. PHONE: (617) 471-
1112 x-109. UNDERWRITING LIMITATION b/: $445,000. SURETY LICENSES c,f/: CT, DC, FL,
MD, MA, NH, NJ, NY, PA. INCORPORATED IN: Massachusetts.
United Fire & Casualty Company (NAIC #13021)
BUSINE55 ADDRE55: P. O. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE: (319) 399-
5700. UNDERWRITING LIMITATION b/: g48,646,000. SURETY LSCENSES c,f/: AL, AK, AZ, AR,
CA, CO3 DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, MD, MI, MN, M5, M0, MT, NE, NV, NJ, NM, NY,
NC, ND, OH, OK, OR, PA, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED IN: Iowa.
UNITED FIRE & INDEMNITY COMPANY (NAIC #19496)
BUSINESS ADDRESS: P.O. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE: (319) 399-
5700. UNDERWRITING LIMITATION b/: $1,514,000. SURETY LICENSES c,f/: AL, CO3 IN, KY, LA,
MS, M0, NM, TX. INCORPORATED IN: Texas.
United States Fidelity and Guaranty Company (NAIC #25887)
BUSINESS ADDRESS: ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE: (860) 277-0111.
UNDERWRI'iING LIMITATION b/: $262,747,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA,
CO3 CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE,
http://www.fms.treas.gov/c570/c570_a-z.html 11 /7/2013
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 — General Conditions
00 05 10 Mayor and Council Communication
00 05 15 Addenda
00 11 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Affidavit
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
-- 00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 26 Contractor Compliance with Workers' Compensation Law
00 45 39 Minority and Women Business Enterprise Goal
00 52 43 Agreement
__ 00 61 13 PerFormance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 70 00 Mobilization and Remobilization
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Appendix
GC-6.06D Minority and Women Business Enterprise Compiiance
GC-6.07 Wage Rates
Division 01 — General Requirements
01 11 00 Summary of Work
01 14 13 Site Access and Storaqe
01 26 00 Modification Procedures
01 29 00 Pavment Procedures
013100 Coordination
01 33 00 Submittals
014213 Abbreviations
01 42 19 Reference Standards
01 45 00 Quality Control
01 51 00 Temporary Utilities
01 52 13 Field Office, Equipment, and Services
01 57 00 Temporary Environmental Controls
01 60 00 Maierials and Equipment
01 71 33 Protection of Existing Facilities
01 71 40 Demolition and Removal of Existinq Structures and Equipment
01 75 00 Operator Traininq
01 76 00 Maintenance of Utility Operations Durin� Construction
01 77 19 Proiect Closeout
TABLE OF CONTENTS 00 00 00 - 1 VCWRF GBT Additian
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Division 40 — Process Integration
40 05 23 Valves, General
40 05 23.01 Valve Operators
40 05 23.02 Ball Valves
40 05 23.03 Check Valves
40 05 23.04 Gate Valves
40 05 23.05 Pluq Valves
40 05 23.73 PVC/CPVC Valves
40 05 23.93 Miscellaneous Valves
40 80 00 Instrumentation — Testinq and Commissioninq
40 90 00 Instrumentation — General Provisions
40 91 19 Pressure Instrumentation Equipment
40 91 23 Flow Instrumentation Equipment
40 91 24 Suspended Solids Monitoring Svstems (Probe-Tvpe)
40 95 23 instrumentation Input Outqut List
40 96 30 Control Loop Descriptions
Division 43 — Process Gas and Liquid Handling, Purification, and Storage Equipment
43 21 00 Pumps — General
43 21 13 Vertical Non-Cloq Pumps
43 21 14 Horizontal Non-Cloq Pumps
43 21 36 Proqressive Cavity Pumps
Division 46 — Water and Wastewater Equipment
46 33 33 Polvmer Blendinq Units
46 71 16 Gravitv Belt Thickener
Note: Sections with underlined titles not derived from City of Fort Worth standard
specifications.
TABLE OF CONTENTS 00 00 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
TECHNICAL SPECIFICATIONS PREPARED BY:
HAZEN AND SAWYER, P.C.
TRACEY L. LONG, P.E.
Division 00 — General Conditions
00 05 10 Mayor and Council Communication
00 05 15 Addenda
00 11 13 Invitation to Bidders
- 00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Affidavit
00 41 00 Bid Farm
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Comp(iance to State Law Nonresident Bidder
00 45 26 Contractor Compliance wiih Workers' Compensation Law
- 00 45 39 Minority and Women Business Enterprise Goai
00 52 43 Agreement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 70 00 Mobilization and Remobilization
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Appendix
GC-6.06D Minority and Women Business Enterprise Compliance
GC-6.07 Wage Rates
Division 01 — General Requirements
01 11 00 SummaN af Work
01 14 13 Site Access and Storaqe
01 26 00 Modification Procedures
01 29 00 PaYment Procedures
013100 Coordination
01 33 00 Submittals
014213 Abbreviations
01 42 19 Reference Standards
01 45 00 Quality Control
01 51 00 Temporary Utilities
01 52 13 Field Office. Equipment, and Services
01 57 00 Temporary Environmental Controls
01 60 00 Materials and Equipment �
01 71 33 Protection of Existina Facilities
01 71 40 Demolition and Removal of Existina Structures and Equipment
01 75 00 Operator Traininq
01 76 00 Maintenance of Utility Operations Durinq Construction
01 77 19 Proiect Closeout
01 78 23 Operation and Maintenance Data
TABLE OF CONTENTS 00 00 00 - 4 VCWRF GBT Addition
City Project No. 01847
- Hazen and Sawyer Project No. 60000-000
40 05 23.73 PVCICPVC Valves
40 05 23.93 Miscellaneous Valves
40 91 24 Suspended Solids Monitorinq Svstems (Probe-Tvqe)
Division 43 — Process Gas and Liquid Handling, Purification, and Storage Equipment
43 21 00 Pumps — General
43 21 13 Vertical Non-Cloq Pumps
43 21 14 Horizontal Non-Cloq Pumps
43 21 36 Progressive Cavity Pumps
Division 46 — Water and Wastewater Equipment
46 71 16 Gravitv Belt Thickener
Note: Sections with underlined titles not derived from City of Fort Worth standard
specifications.
�P;�� OF ]'�`�t�t;i
,.. �: � �.9cp 1
:*: • *�
�*. .*
...............................:....
TRACEY L. LONG
.......................
-o =; 89376 :' �-
��5. : W�
jjj�t.�F� �i�s�,0_.C����„
�u�tl.z.�.�- �
� �
� ��r
��r% 3
HAZEN AND SAWYER, P.C.
TEXAS REGISTERED
ENGINEERING FIRM
F-13168
TABLE OF CONTENTS 00 00 00 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
TECHNiCAL SPECIFfCATIONS PREPARED BY:
GUPTA AND ASSOGATES, INC.
GEORGE B. LUKE, P.E.
Division 26 — Electrical
26 05 00 Electrical General Provisions
26 05 19 Wires and Cables (600 Volt Maximum)
26 05 29 Electrical Support Hardware
26 05 33 Raceways, Boxes and Fittings
26 29 23 Low Voltaqe Variable Frequency Drives (VFDs)
Division 40 — Process Integration
40 80 00 Instrumentation — Testinq and Commissioninq
40 90 00 instrumentation — General Provisions
40 91 19 Pressure Instrumentation Equipment
40 91 23 Flow Instrumentation Equipment
40 95 23 Instrumentation Input Output List
40 96 30 Control Loop Descriptions
,�
v 99�
'� �
� GE�RvC 8. LUKE %
�..e. .... .......�
�t �, �Q�AO... �
� FG15T�.F� G ��+ �
�� f.. ��� �� �
l�ti�qi � ,y,�� `�°
��
G{ctP� r� �r /�'sv`
� � j�M ��'6� � �- �543
GUPTA AND ASSOCIATES, INC.
FIRM REGISTRATION NO.
F-2593
TABLE OF CONTENTS 00 00 00 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
A
TECHNICAL SPECIFICATIONS PREPARED BY:
L�CKWOOf7, ANDREWS & NEWNAM, INC.
MERED(TH MCCULLOUGH, P.E.
Division 46 — Water and Wastewater Equipment
46 33 33 Polvmer Bfendinq Units
,: +� QF tF °'09
.�.�Q►�S.= ••--.;¢' 3
� <
r c�,.% ' •�it► ��.
.* •� .... .:•�` ��8
NIEREDITN G, McCttlLOUGii� ,
...........o ..............:....
..,': 105081 :,�.sj
.�% `�� y� Ai G�-..
fi `
��►�` r � �
`� � ���` ��
� e�¢/� � c�a�J��e�.r ��
$ ' �� � %�
LUCKWOOD, ANDREWS & NEWNAM, WC.
FfRM REG(STRATiON NO.
F-2614
TABi�E C}F CONTENTS OD C30 OQ - 8 VGWRF GBT Addition
Gity Project No. 01847
Hazen and Sawyer Project lVo. 60Q00-000
00OS 10- I
MAYOR A�D COli�CIL CO�i�1liNICATION (M&C)
Page I of I
SECTION 00 OS 10
MAYOR AND COUNCIL COMMUNICATION (M&C)
C � ����
�-- � -: � �
',1, ! ! .
, , , . . {.
.
: _,
.: , 4 ;..� .
. .,�, , .
. _ � .,a , .
,� , , . , . �
...�. :_. . .
CITY OF FORT WORTH Village Crzek WRF Graviry Bel� Thickener Addition
STANDARD CONSTRUCTION SPECIFICATION DOCUMEnTS City Project No. Ol S47
Rzvised July 1. 201 I HfiS Project No.60000-000
CITY COUNCIL AGENDA
Cfi�cizl site o` t:l?e City :;r Fcrt'r�r,rth, Tcxae
Fo��r ���nRr}}
_.�__
_ _. _ _ �. pp _ _ ._ ..__.__ __ _ __�_ ._____
COUNCIL ACTION: A roved on 9/24/2013
__.. _._ _ _ _ _ ..._ _ _ _.__ � ..__ _- - _ �..._ . _._._
REFERENCE 60VCWRF
DATE: 9/24/2013 N� : **C-26476 LOG NAME: ARCHERWESTERN GRAVITY
BELT
CODE: C TYPE: CONSENT PUBLIC NO
HEARING:
SUBJECT: AuthoriZe Execution of a Construction Contract with Archer Western, LLC, in the Amount of
$931,000.00 for the Construction of the Gravity Belt Thickener Addition at Village Creek
Water Reclamation Facility and Provide for Project Management and Contingencies for a
Total Project Cost in the Amount of $968,930.00 (COUNCIL DISTRICT 5)
RECOMMENDATION:
It is recommended that the City Council authorize a construction contract with Archer Western, LLC, in
the amount of $931,000.00 for the construction of the Gravity Belt Thickener Addition at Village Creek
Water Reclamation Facility and provide for project management and contingencies for a total project
cost.
DISCUSSION: �
On April 10, 2013, (M&C C-25555) the City Council authorized the execution of an Engineering
Agreement with Hazen and Sawyer, P.C. for the preparation of plans and specifications for the Gravity
Belt Thickener Addition at Village Creek Water Reclamation Facility.
The project includes the addition of one gravity belt thickener and associated piping modifications, a
new polymer sysiem and other improvements to address operational needs in the building. Three
Additive Bid Items were identified and bid out separately. By structuring this contract with alternate bid
items, Staff was able to quantify the value of these specific items and still retain the flexibility of not
pursuing each item if it was not economical.
Alternate Additive Bid Item A1 is an incremental cost to purchase the gravity belt thickener
equipment from Andritz to match existing equipment already installed and in use at the facility.
Alternate Additive Bid Item A2 is an allowance to hire a prequalified subcontractor to perform
process controls programming to integrate the new equipment into the existing controls system in
lieu of using plant Staff.
Alternate Additive Bid Item A3 is additional cost to conduct testing and analysis on the gravity belt
thickener sludge.
This project was advertised in the Fort Worth Star-Teleqram on April 18, 2013 and April 25, 2013. On
May 23, 2013, the following bids were received:
-�_ , . . _ . , . . .
Total Base Additive Additive Additive
Bid Alternate Alternate Alternati
Bid Item A1 Bid Item A2 Bid Item
A3
Archer $ gg6,000.00 $ 35 000.00 $101 500.00 $0
Western LLC
Pe er-
Lawson $ 922,000.00 41 000.00 10 000.00 3 000.
Waterworks
Compan
�� �
Constructors $1,067,000.0
Inc.
BAR
Constructors. $1.058.200.0
River
e
$0
e�
31,000.00
001� 989.000.0
000.0011� 10.000.001$ 3.000.001$1.100.000.0
40.00
00
01� 50.000.00 II$100.000.001$10.000.001$1.195.000.0
300
The contract award will be the lowest cost for Total Base Bid plus Additive Alternatives 1 and 3. The
scope of work for Additive Alternative A2 will be performed by plant personnel.
In addition to the contract amount, $10,000.00 is required for staff support and $27,930.00 is needed
for contingencies for a project total in the amount of $968,930.00.
M/WBE Office - Archer Western, LLC, is in compliance with the City's BDE Ordinance by committing to
eight percent MBE participation and is documenting good faith effort_ Archer Western, LLC, identified
several subcontracting and supplier opportunities. However, the MBEs contacted in the areas
identified did not submit the lowest bids. The City's goal on this project is 16 percent.
The Village Creek Water Reclamation Facility is located in COUNCIL DISTRICT 5 and serves ALL
COUNCIL DISTRICTS_
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Sewer Capital Projects Fund.
TO Fund/Account/Centers
Submitted for Citv Manager's Office by:
Oripinatinp Deqartment Head:
Additional Information Contact:
FROM Fund/AccounfilCenters
P275 541200 705300184780 $931.000.00
Fernando Costa (6122)
S. Frank Crumb (8207)
Madelene Rafalko (8215)
-,: —
ATTACHMENTS
60VCINRF ARCHER WESTERN GRAVITY BELT Map pdf
MAYOR AND COUNCIL COMMUNICATON MAP
60VCWRF ARCHER WESTERN GRAVITY BELT
��
. x s,.: a . � f ; �' .
. r s � r r � - !✓ � 'i� , . »"' �_ . " .� �� -
'�c)
' i � l . � i�, ' � �. i I � q F ,. �i ' I � '- � '�,,5 .
7 � at k.
= Qa � t ?¢ "a5 � � pj � .� f� , �t _
� i t : �+ . r r � r s^ � . . . .
;"-5 � � � � � � � � �'i" � � 1� �'a�y.� - � � .
',z -�*'�t , .� . : ; :a Q�:, i y
� . � - " r � �.� ,. �. ,,�, � �'. .
� � �r ! t -
a Y t
�, '.'^� ...'� � x ,�.,� y'�� �-,i�, 3�. - .. ..
� � t ,.�.,,�, ^� � K . . r f+.' .` i� : y'i _, ..
t , gi' '--_ -s� ' %',`�" +.�✓ .�+ y .
, �, ,,,p �. - .�t> r: - ',r=�'. �e` ��$4*% �c':' .
� '*, � % . ' � t^ t;••: "
'�' -° i .r, ..� ` .. .��
Y r w
. s , .. ^' '-•," , �
� . ' YX. I- -• "�j{ �,•��.
� f;. �' t -,� /i"�'��j.
.. �..� " _r` }f` .f' ''�� �J _.:R�t� iti.V� ...�P ;�,,. .
. ,. -:, � � :. : � � � � `_ � �r�� �a �F cr���
rz �
� �; �, , ,�� .. - - �
, r;. �... _ ,. � . _.� � WATEf? �_
. . .;,. , � ., . .; . -,. _
.. �� ��,�
k , +
'a i (S' � .��
* 3 F � «� ,' � a
' ;� �..,;c �
� ;'�'
,� . :� , _f , .�',r.
' y � -"
,;,�: �y - . .
y• rn ? ,t.
,.' r� . r
� � : r,
k " ' -
� .• .� • , t �. .�
_ " - - �a� `����
- � "� � � ��� ���;-�'�;: , ; , 'f � � -_ � �:= RECLAMATIQII�- b, � .
� �.-r �,., ,.�,_���, � � FACItITY .
t �' q�X `�`�� w.�,��•� jEjI -�- � 41a
<4 _, n 7"'��,� , . ilil� � � � . _. :� �
', 4 � ^ M � .. ,�y< � � � �S!' � � �� . � . .
. V J /'
� � � �� � _ .. . __� _.w..� f , � �- ,�= ; �, _ '
,yT. ' � . . ��' - � � " ��.� � � ��1
w ^
�
' � i� _
� � '; .'01. '1 - � � � . - . _ . . - . _-.. �j , .
. . �
� �f d �yirt^'g., _ 1�'�•. rT�iLAw- - .—_ — assr.. i . - ...� � �` � �
:3� .a�.� J✓_ .. � � � c._�w-� �4 �;� 4��.._ . i�� .�t�. �
yT,. �' :.. �. ..' . � .� . ' -' _ ' � �.
, .
� r ' '____
GRAVITY BELT — � � � _ ;�� � � �. .�`�
� t' � HICKENER ' � � a'
y� 3LDG. r� � �`r � �, i y r'x �
.: ,
. - f ,�
�i ..�.,-, � � ' � � �� - � �-� --� _ � �� -a`,
. _.
, �
a�,,� q• i ���
_ .... _.._.� ,
. "'�f��;�„�i � � - � b -� ,;� �� � -` ��'.i ( � .' t '"� r
r =q�� �°� — .� _ - � _ .�r �.,, ',,�,..+�� � " • � " 4� � " `�
- , .
,.. , _
_ .
� y.. r� ¢.,?. . � . � . -� � .::. � - : � :—��r � . .�� • � - it. i'\
���
p � �y �� i.. �
'M , . . --�-- .�.- a.rrw.
y t �� �, I � • � . � j.-. �(�• Y'�' $4r-_ ,__ _..'�- � . `�,��� ,fi � �
� •�h I /„��v Y' �'Q t,l!1 — T 4 � �
4 �' � � — " , � {��: ���� ` �a! � � .�_�
�� N � " , , . '1''���� � °� �i-;L. � * Y .
�. � — ,-. ° :� � �1 .�v : �.' %�
� � . -:`�`'' �:�' �— ` ' � ,. � C `!i . , ',..
_
{� . � �o
: . _
�+�,. . . ,.���.,, ti�.x ` . r�E �;f
y , �' a
�} `�r' c.. - � .. .:, ' �t�i .' :ri..✓ ;✓ � �c�r, ��"t �i4��" .
. �,jy
�:
w�,�py ��� . . . _. ' t ►� l-#�� S�'�,It•� �t 1 � ��� .
, � . � - �, ..4.,�
4� S � _ _
a . 'i ' - � . _
., � - -� . _. � . �s;�,*�'!
' �e�r�' , ��y� `�'t``_*�arr•.'�t-�.'+�+n.'�w�... h•.,:k � "" . , 1 , 4 .� �, f a A � � x _ ��
> �I�e.,` ;'�Y-. +�,�..,ti1r�c a J �'+� '+!+� -'�'��" . . _ � - `^�:A �ri�". —c. .. �+'
� p�
� �. A �" . . :4
}� ,� % t� .y4 � ^�,- r. i�b�:.� � . ..: . .., � � e:
f ••^s `.: - '�� - . A � �a' �yi'.'.: y .'� _ „i, . .
S�
''� +d, ,. � 8a +�A,a'C°�-.. a c + � ,x i,�g T : d ,+'�F k t� < <r,�4 � �i ,..
gp
;.
�'� .��, y � t� � ¢''2�" � � . , � � ' �` y �� r,;,
�•e, < < _. � • � � _ [e - �. � � - � � :
_ .. '. ' x'' i..� . �1 . . �y�+y . '_ �, ri�' , . .k �'{
. / '�
. � . � ... °Y �' a. . ,� i�'T -. _ , " .
.
, '. � y_Y ' ' . .
y
.n y4 •��' �
-- / :� �3...
, .cc� ;� t� : t ti �- n 0.�'�•�s - Q � d � 4. �
Lr �
+ ti �t , �`y4.
,, . _ : ,.- u ��{�
k i
..�, � . 1:. ?l� .. ._ . #.��"^' _ — � � w� 7P� '�C � � ��"
__ . . t;1T.. . - 1i . �w fiw� '{���l+ M r .� �
' . . x• p,. s,P �n � 1 -�� '%i� i a l / C r. � '�� � F. �. � + � s- �.. , .
��� � ' 7.a`5,���� '�F' ,�, .. � tl � �f[ by� �L"' "9j.'�` r`�,r��'� ��` � `�' > �`�4�i � .�*c.f � �T.
. . . . �k,. T (: . . ,�y � F�y '�:. fl� T .ls�� � . .. � ...' �..'. � ..
�� Y:,' , t � � �� * ��ry. ,'�„e' mi � ' � h?.
� . .. 2�^�.[� fi ' ' d �y�' ' +.� ' � 'a� ``�'^r'1�} N�� � � 4 �:.. -'. �"Rk4 '' '.
. � j.�,+ '� � �'� j M1k-�t�'1+� �.r � y;�?��'. .. . � , � �+'.. �'iS` I 4?7i.s ..4e"� �.�1'-'��'�.: 5,•�.�� �Yr� `.:+}
'� � �y}. ��,, w ,. , s ,� � " tl �( � - r�
r, ,,�-�r--.--�� -t4 -, -,-:--' ra---• -
' � � � : � �,-,% �..�-a %4 f
+ ' 7�,flt � I eR ,�y 4.�. , � 1 �' �` ,R.7'"�� Y s.I$ �{ � '�+'f 'a..`y'1'- C, an� i py.�,,.�,� -�� 1�.
...' , ^k u . ���... ;a�'�` ,��1. �T �"� � 'ft' .:`'lr �`'-.• �,R � _ �.. + 1 "* 1. "S : � '- - l
!',A!C "tC°" „y;�'"'.,�"�: r w ��( ,d��',� �.I 13` ^. ��'tr: .}:. fp 9 . +.._ . �`"' � -_ :�$'
�� a ei '.-�" '°'��yc'�' '.�r JF ° + �_ i" 1krF � , i. ��r1Sa 11"" .s �,.,.� : � "+A . � Sr� <.' �- a
RR �
_. "" " ., � . . ---.,�- .- g� ` �4 a,'-�'?.,. � ,,.;. �'��' r�a x f.� �^� .� ..�rl- '`��-• �--�n .M,.: � .
� riT'4.
. 4 .�'� . t ..`� < � �,w� . . � -.�� . _".e...-.. ..s . i_. . ...�_s_ �t _
-. �,op� .-� ,.. `' +�
' � ���� ..� ...+ f7 � � �"'.� ,3"..�*,��:i�' ,��^' ��""" `�"�,�;\°y'�� •.
; 1
„'T � --�tr �, :
¢
,.-r.�,� � . r ; ,� r�; t �' � : r > r�" a ��I �'Ci RT �O RT H
j 1 4
.. � w'��?�� ' � . e �� l �W/�. Y'1'�' � �9.'ib �'+!�,y�} � � � * �. �� ;�t
_ _. �� �,L '�4 ,A+ � . � iJ ! '~�- :+.... £ � �- iJ' ��pm t . , l � y �fi i4�
r -, � �
$ y. j� ^I
�� .. ,��1�r �* � �y..��s��'c,,yt �� �> ,'L�.#�-- A s���,4 �_.� f�,�'�� � .y.,i+'� h�..
.. .=.? i� .?' � : � � ' �� �� .' y.� . � y.�� :� �� �B�' ,`,
.. 4� _. , �n.� A'��}�, . .."� �5 '
, .�� �� _ � �r� ..x � ��i�
.�,� ... .-�-� �
��
000515-I
ADDE�DA
Pa�e I of I
SECTION 00 OS 15
ADDENDA
CITY OF FORT WORTH Village Creek WRF Gravity Belt Thickener Addition
STANDARD C01�STRUCTION SPECIFICATION DOCUML-NTS Ciry Project No. OIS47
Reviszd July I, 201 I HR�S Project No.60000-000
�,,
ADDENDUM NO. 1
CITY OF FORT WORTH PROJECT NO. 01847
VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION PROJECT
May 16, 2013
BID DATE: Thursday, May 23, 2013, 2:00 PM
Bidders are herby informed of the following changes to the Contract Documents for the pro�ect.
Bidders must acknowledge receipt of this Addendum on the 00 41 00 Bid Form.
SPECIFICATIONS:
A1-1 SPECIFICATION 00 41 00 BID FORM
A. Remove Section 00 41 00 BID FORM its entirety and replace with the attached blank
Section 00 41 00 BID FORM.
A1-2 SPECIFICATION 00 43 13 BID BOND
A. Remove Section 43 00 Bid Bond in its entirety and replace with the attached blank
Section 00 43 13 BID BOND.
A1-3 SPECIFICATION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT
: ��
A. Remove Section 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON
RESIDENT BIDDER in its entirety and replace with the attached blank Section 00 43
37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT.
A1-4 SPECIFICATION 00 52 43 AGREEMENT
A. Revise Section 3.2 — Final Acceptance to read: "The Work will be complete for Final
Acceptance within 300 days after the date when the Contract Time commences to
run as provided in Paragraph 2.03 of the General Conditions".
B. Revise Section 3_3 — Liquidated damages to read: "Contractor recognizes that time is
of ihe essence of this Agreement and that City will suffer financial loss if the Work is
not completed within the times specified in Paragraph 3.2 above, plus any extension
thereof allowed in accordance with Article 12 of the General Conditions. 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 300
Addendum No. 1
60000-FT1N — Village Creek WRF GBT Addition Page 1 of 4
Dollars ($300) for each day that expires after the time specified in Paragraph 3.2 for
Final Acceptance until the City issues the Final Letter of Acceptance_"
A1-5 SPECIFICATION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL
CONDITIONS
A. Revise Section SC-6.09A, Contractor obtained permits and licenses ta read, "The
following are known permits and/or licenses required by the Contractor to be
acquired by the Contractor:
The Contractor shall coordinate directly with the Pre-Development Department prior
to construction of the project to determine required permits."
A1-6 APPENDIX GC 6.06D MINORITYAND WOMEN BUSINESS ENTERPRISE
COMPLIANCE
A. Remove this section in its entirety and replace with attached forms:
1_ MBE Subcontractors/Suppliers Utilization Form
2_ Prime Contractor Waiver Form
3. MBE Good Faith Effort Form
4. MBE Joint Venture Eligibility Form
5. Minority Business Enterprise Specifications —SPECIAL INSTRUCTIONS FOR
BIDDERS
A1-7 SPECIFICATION 01 71 33 PROTECTION OF EXISTING FACILITIES
A. On Page 01 71 33-3, add Article 1.04_F. as follows:
"F. Contractor shall not use the City's existing hoist and crane located in the Gravity
Belt Thickener Building for any construction activities."
B. On Page 01 73 33-3, add an Article 1.04.G. as follows:
"G. Contractor may use areas along the inside north wall of the GBT Building
between the gravity belt thickener bays and the roll-up door for staging of tools
and equipment. Additionally, Contractor may use locations along the exterior
north side of the GBT Building between the roll-up doors and the edge of curb for
staging of tools and equipment. At no time shall the Contracior's equipment or
tool encroach into Mahlie Street."
Addendum No. 1
60000-FTW — Village Creek WRF GBT Addition Page 2 of 4
A1-8 SPECIFICATION 01 76 00 MAINTENANCE OF UTILITY OPERATIONS DURING
CONSTRUCTION
6. On Page 01 76 00-7, add an Article 1.05.A.2. to to read as follows:
"2. Existing Gravity Belt Thickener No. 1 and 2 and all required ancillary equipment
for operation of these Gravity Belt Thickeners including, but not limited to the
existing Gravity Belt Thickener Feed Pumps, existing Thickened Sludge Pumps,
existing Polymer Blend Units utilizing the existing polymer supply totes shall
remain operational throughout construction. Shut downs of the existing system
for tie-ins shall be coordinated with the Owner and shall not exceed 8 hours
within a 24 hour period. Shut downs longer than 8 hours may be possible based
on current plant operations but cannot be guaranteed. All costs associated with
limiting the shut downs to 8 hours shall be paid borne by the Contractor."
A1-9 SPECIFICATION 40 05 23.93 MISCELLANEOUS VALVES
A_ On Page 40 05 23.93-1, change the last sentence of Section 2.01.A to read:
"Valves shall be Jenkins Valve Fig. 14'/2 - P, Crane Co., or equal with minimum 300
psi non-shock cold water pressure rating and screwed ends."
A1-10 SPECIFICATION 46 71 16 GRAVITY BELT THICKENERS
A. On Page 46 71 16-26, add Item 2.04_H_23 to read: "Allen Bradley SLC 5/05 PLC"
DRAWINGS:
A1-11 DRAWING G-5 Key Plan
A. On Sheet G-5, change the leader that reads "Gravity Belt Thickener Building Refer
to Sheet ### for Enlarged Plan of This Area" to read: "Gravity Belt Thickener
Building Refer to Sheet M-3 for Enlarged Plan of This Area."
A1-12 DRAWING P-3 PROPOSED POLYMER SYSTEM SCHEMATIC
A. On Sheet P-3, revise the valve symbol on all valves currently shown on the POS or
PON piping from globe valves to ball valves.
A1-13 DRAWING M-1 HRC SLUDGE PUMPING PLAN - 1 AND SECTIONS
A_ On Sheet M-1, add the following: "Note 1: Portions of 2" Drain from HRC
Thickened Sludge Pumps shall be installed under existing concrete. Contractor
shall remove and replace concrete to current or better conditions as needed for
drain line installation. Contractor shail use grout backfill for all drain lines installed
below existing concrete."
Addendum No. 1
60000-FTW — Village Creek WRF GBT Addition Page 3 of 4
A1-14 DRAWING M-'I3 GBT POLYMER FEED AND STORAGE AREA — PROPOSED
SECTIONS
A. On Sheet M-13, revise Phafo H reference from "1-1/2" PVC G{obe Valve" to "�-1/2"
8all Valve."
A'1-15 DRAWiNG I-02
A. On Sheet I-02, revise Noie 1 to read: "Only one GBT PLC shown for clarity. GBT
manufacturer shall provide an Allen Bradley SLC 5/05 PLC inside GBT Na. 3 Control
Panel."
THiS ADDENDUM !S MADE PART OF THE CONTRACT DOCUMENTS.
HAZEN AND SAWYER, P.C.
TX REGISTERED ENGlNEER(NG FIRM F-13168
.� `'�'� � � r T �x�s*?�11
.� � c� � •t" * =
..»••—
. »- TRACEY L. LONG �.».,
� 1. 89376 .'�� .'
� r
/��%C� i ' p� •.,�/C�Sti�l� ���'�
Z� � � 1�. ������ v
Tracey L. Long, PE
May 17, 2013
Addendum Na. 1
60000-FTW — Village Creek WRF GBT Addition Page 4 of 4
ADDENDUM N0. 1 ATTACHMENTS
0o ai o0
ADDENDUM No. 1- BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The City Manager
c/o: The Purchasing Department
1000 Throckmorton Street
City of Fort Worth, Texas 76102
FOR:
City Project No.: 1847
Units/Sections:
1. Enter Into Agreement
Village Creek WRF Gravity Belt Thickener Addition Project
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 indirectly 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:
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 bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding
process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to
deprive City of the benefits of free and dpen 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.
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327
00 41 00_DO 43 13_00 42 43_00 43 37 00 45 12 00 35 73 Bid Proposal Workbook
Village Creek W RF Gravity Bett Thickener Addition
City Projed No. 01847
H-S Project No.60000-000
00 41 00
ADDENDUM No. 1- BID FORM
Page 2 of 3
The Bidder acknowledges that the following work types must be performed only by prequa(ified contractors and subcontractors:
a. None
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 300 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 liquidated 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:
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. 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
6. Total Bid Amount
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.
6.3. Evaluation of Altemate Bid Items
Total Base Bid
Additive Alternate 1- Providing Gravity Belt Thickener as
manufactured by Andtiz
Additive Aiternate 2- Allowance for PCSI programming assistance
Addititve Alternate 3- Gravity Belt Thickener Performance testing
utilizing HRC sludge.
00 41 00_00 43 13_00 42 43_00 43 37 00 45 12_00 35 � 3 Bid Proposal W orkbook
CITY OF FORT WORTH Vfllage Creek W RF Gravfty Belt Thickener Addition
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01847
Fortn Revised 20120327 HS Project No.60000-000
00 4 I 00
ADDENDUM No. � -BID FORM
Page 3 of 3
Total Bid
7. Bid Submittal
This Bid is submitted on
RespectFully submitted,
by the entity named below.
By:
(Signature)
(Printed Name)
Receipt is acknowledged of Initial
the following Addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Title:
Company:
Address:
State of Incorporation:
Email:
Phone:
END OF SECTION
Corporate Seal:
00 41 00_00 43 13_00 42 43_00 43 37 00 45 12_00 35 13 Bid Proposal Workbook
CITY OF FORT WORTH Village Creek W RF Gravity Belt Thickener Addftion
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01847
Form Revised 20120327 H-S Project No.60000-000
00 43 13
ADDENDUM No. 1- BID BOND
Page i ot 1
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, (Bidder Name) 0
hereinafter called the Principal, and (Surety Name)
a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held
and firmly bound unto the City, hereinafter called the Obligee, in the
sum of and No/100 Dollars
($ .00), the payment of which sum will be well and truly made and the
said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
severally, firm by these presents. .
WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee,
identified as Village Creek WRF Gravity Belt Thickener Addition Project
NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to
the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and
shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be
null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all
requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all
requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become
the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to
compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount.
SIGNED this day of
By:
2013.
(Signature and Title of Principal)
.By.
(Signature of Attomey-of-Fact)
'Attach Power of Attomey (Surety) for Attorney-in-Fact
END OF SECTION
Impressed
Surety Seal
Only
00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook
CITY OF FORT WORTH V Ilage Creek W RF Gravity Bett Thickener Addition
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 0�847
Fortn Revised 20170627 H-S Project No.60000-000
00 43 37
ADDENDUM No. 1- VENDOR COMPLIANCE TO STATE LAW
Page 1 ot 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides 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
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident 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 , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. ❑
BIDDER:
By: 0
(Signature)
Title: 0
END OF SECTIOl�
Date:
00 41 DO_00 43 13_00 42 43_00 43 37_DO 45 12 OD 35 13 Bid Proposal Workbook
CITY OF FORT WORTH Vllage Creek W RF G2vity Belt Thickener Addition
STANOARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0�847
Form Revised 20170627 HS Projed No.60000-000
ADDENDUM No. 1- ATTACHMENT 1A
Page 1 of 4
FORT'VYORTH City of Fort Worth
��
MBE Subcontractors/Suqpliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
PROJECT NAME:
�-1:`WiDBE NON-M;IWDBE
BID DATE
City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER
% % �
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non-responsive to bid specifications
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 15t tier, a payment by a subcontractor to
its supplier is considered 2"d tier
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority
business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies
that the City may deem appropriate and accepted by the City of Fort Worth.
If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates
at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from
another MBE firm, including MBE owner-operators, and receive full MBE credit. The MBE may lease trucks
from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned
by the MBE as outlined in the lease agreement.
Rev. 5/30/12
F(3RTWORTH ADDENDUM No. 1- AITACHMENT �A
� Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs_
MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a
copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for
verification. Please note that onl certified MBEs will be counted to meet an MBE oal.
Attach N
NCTRCA Certificate °
SUBCONTRACTOR/SUPPLIER T � Detail Detail
Company Name i Subcontracting Supplies
Address e M W S M Work Purchased Dollar Amount
Telephone/Fax � B B B B
E E E E
Rev. 5l30/12
Ft�PT� H
ADDENDUM No. 1- ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs.
Please list MBE firm's first, use additionai sheets if necessary. If a subcontractodsupplier is identified as an SBE, please attach a copy
of the firms SBE certification if they have not previously registered with the City's MlWBE Office which may be contacted for
verification. Please note that onl certified MBEs will be counted to meet an MBE oal.
Attach N
NCTRCA Certificate °
SUBCONTRACTOR/SUPPLIER T n Detail Detail
Company Name i Subcontracting Supplies
Address e M w S M Work Purchased Dollar Amount
Telephone/Fax � B B B B
E E E E
Rev. 5/30/12
Ft)�T WoR�rx
�—
ADDENDUM No. 1- ATTACHMENT 1A
Page 4 of 4
Total Dollar Amount of MBE Subcontractors/Suppliers $
Total Dollar Amount of Non-MBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS �
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office through the submittal of a Reguest for Approval o
Change/�Iddition form. Any unjustified change or deletion shall be a material breach of contract and may
result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a
detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the
detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)
and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of
any books, records and files held by their company. The bidder agrees to allow the transmission of interviews
with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the
contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized
officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of the contract and may result in a determination of an irresponsible
Offeror and debarment from participating in City work for a period of time not less than one (1) year.
Authorized Signature
Title
Company Name
Address
C itylState/Zi p
Printed Signature
Contact Name/Title (if different)
Telephone and/or Fax
E-mail Address
Date
Rev. 5/30/12
ADDENDUM No_1- ATTACHMENT16
FORT �lORTH Page 1 of 1
--•�,r..�---
City of Fort Worth
Prime Contractor Waiver Form
PRIME COMPANY NAME: Check applicabte block to describe prime
PROJECT NAME: M:`W,•'DBE NON-h9i:'WDBE
BID DATE
City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER
% %
If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1 C. This form is only applicable if lz2th answers are yes.
Failure to complete this form in its entirety and be received by the Manaqinq Department on or before
5:00 p_m., five (5) City business days after bid openinq, exclusive of the bid opening date, will result in the
bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this NO
project, this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business. NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work pertormed by all subcontractors, including MBE(s) on this contract, the payment therefore
and any proposed changes to the original MBE(s) arrangements submitted with this bid_ The bidder also agrees
to allow an audit and/or examination of any books, records and files held by their company that will substantiate
the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local
laws concerning false statements_ Any failure to comply with this ordinance creates a material breach of contract
may result in a determination of an irresponsible offeror and barred from participating in City work for a period of
time not less than one (1) year.
Authorized Signature
Title
Company Name
Address
City/State2ip
Printed Signature
Contact Name (if different�
Phone Number Fax Number
Email Address
Date
Rev. 5l30/12
ADDENDUM No. 1- ATTACHMENT 1C
Page 1 of 3
FORT V�ORTH Clty Of FOrt WOrth
MBE Good Faith Effort Form
PRIME COMPANY NAME: Check applicable block to describe prime
PROJECT NAME: h1;W/DBE NON-M/�WDBE
BID DATE
City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER
% o�a
If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this
form.
If the Offeror's method of compliance with the MBE goal is based upon demonstration of a
"good faith effort", the Offeror will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 11 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresenta�ion of the facts or intentional discrimination by the Offeror.
Failure to complete this form, in its entirety with supporting documentation, and ii being submitted to and
received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening,
exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications_
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this
project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF
FIRMSI On all projects, the Offeror must list each subcontracting and or supplier opportunity
regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 5130/12
ADDENDUM No. 1- ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than two (2) months oid from the bid open date) list of MBE subcontractors
and/or suppliers from the City's M/WBE Office or the City's website.
Yes Date of Listing / /
No
3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened?
YeS (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.)
No
4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
Y@S (If yes, attach list to include name of MBE firm, eo rson contacted, phone number and date and time of contact.)
No
�.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are
opened?
Y@S (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is
returned as undetiverable, then that "undeliverable confirmation" received must be printed directlyfrom the
facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation"
documentation may render the GFE non-responsive.)
No
6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened?
YeS (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as
undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper
documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the
GFE non- responsive.)
No
NOTE: The four methods identified above are acceptab9e for soliciting bids, and each selected method
must be applied to the applicable contract. The Offeror must document that either at least two attempts
were made using two of the four methods or that at least one successful contact was made using one of
the four methods in order to be deemed responsive to the Good Faith Effort requirement.
NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier
opportunity to be in compliance with questions 3 through 6.
7.) Did you provide plans and specifications to potential MBEs?
Yes
No
8.) Did you provide the information regarding the location of plans and specifications in order to assist
the MBEs?
Yes
No
Rev_ 5/30l12
ADDENDUM No. 1- ATTACHMENT 1C
Page 3 of 3
9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set?
Y@S (If yes, attach all copies of quotations.)
No
10.) Was the contact information on any of the listings not valid?
YeS (If yes, attach the information that was not valid in order for the MMIBE Office to address the corrections
needed.)
No
11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the
forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting
documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute
concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any
relevant documentation by City personnel.
(P/ease use addifional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
MBE participation on this project.
The Offeror further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original�arrangements submitted with this bid.
The Offeror also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance shall create a material breach of
Rev. 5l30l12
ATTACHMENT 1C
Page4of3
contract and may result in a determination of an irresponsible offeror and debarment
from participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the MBE(s) listed was/were
contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be
contacted and the reasons for not using them will be verified by the City's M/WBE
Office.
Authorized Signature Printed Signature
Title
Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address
City/State/Zip
Email Address
Date
Rev. 5l30/12
ADDENDUM No. 1- Joint Venture
Page 1 of 3
FOPT WORTH
CITY OF FORT WORTH
MBE Joint Venture EliQibilitv Form
A1! Ruesfions must be n�:swered; use "r�%A"if not applicable.
Name of City project:
1. Joint venture information:
A joint � enhire fom� iuust be completed on each project
RFP/Bid/Purchasing Number:
Joint Venture Name:
Joint Venture Address:
(If aPplicable)
Telephone: Facsiinile: E-mail address:
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if addifional space is required to provide detailed explanations of work to be performed by each firm comprising the
joinf venture
I�iBE firm 1Von-MBE firm
name- name•
Business Address: Business Address:
City, State, Zip: City, Statt, Zip:
Telephoue Facsimile E-mail Telzphone Facsimile
Cellular Cellular
Certification Status: E-mail address
Name of Certifying Agenc��c
2. Sco �e of work erformecl bv the Joint Venture:
Desc►•�be the sco e of «�ork of the MBE: Describe the sco e of «�ork of the non-MBE:
Rev. 5l30/12
ADDENDUM No. 1- Joint Venture
Page 2 of 3
3. VVhat is the percenta�e of 1�IBE participation oa this joint venture that �-ou �vish to be counted to�vard
meetin� the project goal?
4. Attach a copy of the joint venture agreement.
$. L,ISi COIripOIleI1tS Of O�VllCt'S�llp Of J011lt VeriiUYC: (Dn �rot conrplere if tlris i�rformalion is described n� joint venbn•e a�•eemen�)
Profit and loss sharing:
Capital contributious, including
equipment:
Other app]icaUle o�vnership interests:
6. Identify by name, race, sex and firm those individuals (���ith titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisious
(to indude Acenunt Pa��able and Recei� able):
Mana�ement decisions:
a. � Estimatin�
-----------------------------------------
b. Marketul� anci Sales
---------------------.- :----------Q
c. Hiring and Firing of mana�ement
personnel
-- — — ------ — — ------------
d. Purchasin� oi'inajor equipment
and:'or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the MBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City's
MlWBE Office immediately for appraval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outlined in the City's BDE Ordinance.
Rev. 5130/12
ADDENDUM No. 1- Joint Venture
Page 3 of 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are m�e and correct and include all material information
necessary to identify and explain the tenns and operation of the joint venture_ Furthernlore, the tmdersi�ned shall
aaree to provide to the joint venture the stated scope of ��ork, decision-makin� responsibilities and payments
herein_
The City also reserves the ri��ht to request any additional information deemed necessary to detennine if the joint
venture is eligiUle. Failure to cooperate ancUor provide requested information within the time specified is �rotmds
for termination of the eligibility process.
The imdersigned a�ree to pennit audits, inten�ie�vs with o���ners and examination of the books, records and �les
of the joint venture b_y any authorized representatives of tl�e City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, ���hich may be awarded under the provisions of This joint
��enture's eli�ibility and may initiate action tmder Federal, State and/or Local la��-s/ordinances concernin� false
stateinents or ���illfiil misrepresentation of facts _
- --------------------------------- - -- - - - ----------- --7 ------------ --------------
Name of:�4BE Yirni :Vame of non-N1BE firm
Printed Name of O«�ner Printed Naine of O�vner
Signahire of O«ner Sienaturz of O���nzr
Prin[e1 Name of O�vner Prin[ed Name of O«�ner
Si�ature ofO«-ner Sisnature of O��ner
Title Title
Date Date
NQtRT1Z�itI0I1
State of
On this
Counry of
day of .?0 , before me appeared
and
to me personall}� lrnown and «�ho, bein� duly s��orn. did eYecute the foregoin� affid�vit and did state that they «�ere
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public
Print Name
Notary Public
s;�nacure
Commission E�pires _
(sen!)
Rev. 5/30/12
FOR�WO�R^TH
+�+ City of Fort Worth
Minority Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
ADDENDUM No. 1
If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal may be
applicable. If the total dollar value of the contract is $50,000 or less, then an MBE subcontracting goal is not
applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises
(MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current
Business Diversity Enterprise Ordinance applies to this bid.
MBE PROJECT GOALS
The City's MBE goai an this project is
% Of the tOtel bId (Base 6id applies to Parks and Community Services).
Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must
submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply
with the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or;
3. Good Faith Effort documentation, or;
4. Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated, in order
for the entire bid to be considered responsive to the specifications. The Offeror shall deliver fhe MBE documentation in
person to the appropriate employee of the managing department and obtain a date/time receipt. 5uch receipt shall be
evfdence that the City received the docurr�entation in the time allocated. A faxed copy will not be accepted.
1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid
met or exceeded: opening date, exclusive of the bid opening date.
2. Good Faith EfFort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if participation is less than opening date, exclusive of the bid opening date.
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no MBE participation: opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontracting/supplier work: opening date, exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed goal. opening date, exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN
THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the MIWBE Office at (817) 212-2674.
Rev. 5/30/ 12
� M � 1
Village Creek WRF
Gravity Belt Thickener Addition Project No. 01847
Pre-Bid Meeting Minutes
Thursday May 9, 2013
Subject: Pre-Bid Meefing�
Attendees: See attiched si�n-in sheet
Meeting Called: City of Fort Worth
Design En�ineer: Hazen and Sa���yer
Owner: City of Fort Worth
General:
The following summary reflects our understandin� of the meeting on May 9, 2013:
• Seiavash Mir, Project Manager of the project, started the meeting by describin� the project and
introducing Design Engineers - Tina Hanson and Fred Hohi7es �vith Hazen and Sawyer; Engineering
Manager - David To�vnsend and Plant Technical Services - Dr. Ana Pena_
• Bids are due May 23, 2013 at 1:30 PM.
• Stunmary of work — In addition to the general scope of �uork, the list of equipment requiring specific
manufacturers ���ifhout eqi�al «�ere discussed.
• Safety — It ���ill be required that all Contractors' attend � safety meetinQ to take place at the Pre-
Constniction Meetin�_ Refer to Section O 1 31 00, Article 1.04.B.
The follo���in� questions and clarifications v,�ere made:
M/WBE Requirement — A Contractor expressed concern that the 1 C percent MBE goal for this type of
project is high. Patty Wilson �vith the MBE office responded that based on the construction estiinate the
goal had been set and would not be changed.
Liquidation damage —A Contractor requested clarification regarding the liquidation damage and failure
to meet final completion deadline. The liquidation da�nage will be �300 per days and the final
completion deadline is 300 days froiu Notice to Proceed. Refer to Addendtuu No_ 1 for specific
requirements.
Construction pennit — It was noted that there is no need for a construction permit. If a trade permit is
required during Contractor required coordination with the Pre-Development Department, the Contractor
will be responsible for that permitting. Refer to Addendiun No. 1 for specific requirements.
Flexible hose - A Contractor requested clarification regarding the required length of flexible hose for
polymer discharge. Hazen and Sawyer stated that the Contractors should reference Sheet M 13, Section
G, Note 1 for the length of flexible hose.
Gravity Belt Thickeners Addition VCUVWTP
Project No. 01847
pre-bid attendance sheet
� No. i Q�y Name & Address I Telephone
�
I i �m t�a �► i
1 � �] Ysoou -r+h st-.;
� ;� C�Ze ^ �� Swu 5°'�� �OZ j ,
� I � gll - Sid-2G3a I -��wl...s ��noc�5o.�+.�e� ca�
I2 +� u '�lWtSo�l �nc�i�ovV� ,��h �
�
3- I�E'cf✓�fi1 1��`' r�—t,�/vcJ� �� i7— `J��f Z��}Q�I I,$�' «t�al h. mr� �' �,�cc.fi�%�r �Dt/. t��
4- ���K PJ�► viQ�,u.hA1i14-L '; bl"j -�7f ^' Ct4`i� � j�1s�iCTIuQ H+3�t��l. Com !
5- ; I�CC,►t�-� G..io-sv-es�c� C'or.,-�-�.ss-C'ro.r-S �/?-6 iYD-3$"�,%R' I�+�unkcut"Cx. ��r6�arc,,ie.av--e�n.GOrt�
I
6 ' t.+� nr Y �s;-�1 , r7� ,J�Zi vtiicC���;�ox,. I sih �7Y , l76.—Y rc2 �Z�!>>7�v�� j
G,��„m.�- W ��, < � x�sn 5�3 � 4 7Z.s�7 � d i x 7 I C'�i?�cTi b �
7. `'�Q -� • �a ��,\P!„n c� �Qv�q .'lZnci ��ai� Wo�-41n��ka�
t�.t' � �!�-6$z-�3`3t (, • i
v
I $ � Yic-c, r/-��-.. c.. .q�z i�2 7� �- 3 c�d � S�7 Z(.rJ C�,41� ��-.��2 � i
i � Prz/'P � /� L4-cv � .:., P�z/� '
� ---
i 9 C�RAC�►,t co►�SL". tc1G � i
� ' S �`�72.-Z2Z-8533 ; �Lvu��Sa�Gtz-Pc�.D�Z
10. �'`�v�c��Tow►�s�ENfl ��?-��-�43o i dav�ct.�w � ---'
rt-'r►. V��h-ctr:.. �� PT � I ��wo.�rf x4� �'i c'.V �
�
i �r � av1 �! � 9�n, o���e- I �
i 11.I �� Consi�wdcotS Zt�,[ �,�'11-22?-3Z$� Ibc�on�@.5art�o�shvc'kors.C.o�n
12.� � ' i � I �
a�` 1� �� �- ��-- �[� 7� � a. •�u� i�'�'��i
. � V
13. � ' `
� �
14. i i
_..__._.._.
a �
_..--
15. f I
------ ._ � � �
16_ f I � ----- I
� 7. � � � -- ---
Email
�
r"
ADDENDUM NO. 2
CITY OF FORT WORTH PROJECT NO. 01847
VILLAGE CREEK WRF GRAVITY BELT THICKENER ADDITION PROJECT
May 20, 2013
BID DATE: Thursday, May 23, 2013, 2:00 PM
Bidders are herby informed of the following changes to the Contract Documents for the project.
Bidders must acknowledge receipt of this Addendum on the 00 41 00 Bid Form.
SPECIFICATIONS:
A2-1 SPECIFICATION 11 00 00 EQUIPMENT GENERAL PROVISIONS
A. Revise Section 11 00 00, Article 1.07.B. to read:
"B. Fbr all improvements, the Contractor shall indemnify the Owner against any
repairs which may become necessary to any part of the work performed and
to items of equipment and systems procured for or furnished under this
Contract, arising from defective workmanship or materials used therein. The
equipment furnished under this Contract shall be guaranteed to be free from
defects in workmanship, design and/or materials for a period of two (2) years
unless otherwise specified in the individual equipment specifications_ The
period of such warranties shall start on the date the particular equipment is
placed in use by the Owner with corresponding start-up certification provided
by the manufacturer's technical representative as specified herein, provided
that the equipment demonstrates satisfactory performance during the thirty
day operationai period after start-up. Such warranty period shall be provided
by the Contractor regardless of suppliers' standard warranty provisions. If the
equipment does not perForm satisfactorily during the thirty day operational
period, the start of the warranty period will be delayed until the equipment
demonstrates proper operation. The warranty shall cover all parts of the
equipment, and parts and labor for replacement parts, shipping costs of the
parts and equipment, manufacturer's field services for restoring the
equipment to full and complete operability, and all other costs incidental to
the warranty coverage. The Contractor shall repair or replace without charge
to the Owner any part of equipment which is defective or showing undue
wear within the guarantee period, or replace the equipment with new
equipment if the mechanical performance is unsatisfactory; furnishing all
parts, materials, labor, etc., necessary to return the equipment to its specified
performance level."
Addendum No. 2
60000-FTW — Village Creek WRF GBT Addition Page 1 of 3
B. Revise Section 11 00 00, Article 1.07.C. to read=
"C. The Contractor shall provide an equipment warranty log book prepared
specifically for this project and submit two (2) copies of the document to the
City's Project Representative prior to final payment. The equipment warranty
log book shall include a contaci person (name, title and phone number) that
is fully familiarized with this project, a summary listing of all equipment
warranties provided, date received and start date and end date of warranty
period. A copy of each equipment warranty and equipment start-up
certification shall also be provided in the document."
A2-2 SPECIFICATION 26 29 23 LOW VOLTAGE VARIABLE FREQUENCY DRIVES
A. Revise Section 26 29 33, Article 2.01.A.1. to read:
"1. Cutler-Hammer"
B. On Page 26 29 23-5, add an Article 2.01.D. to read as follows:
"D. Type
1 _ Model: SV9030AC"
A2-3 SPECIFICATION 40 96 30 CONTROL LOOP DESCRIPTIONS
A_ Revise Section 40 96 30, Article 1.05.A. to read:
"A. Programming of the PLC in the following list shall be the responsibility of the
manufacturer of the associated equipment. PLC programming shall be
provided by equipment supplier for any PLC(s} supplied with the equipment.
Refer to the listed specifications section for the applicable control
descriptions.
1.
2.
3.
4.
5.
6.
GBT No. 3 Local Control Panel
GBT No. 3 Control Panel
Polymer Feed Unit No. 1
Polymer Feed Unit No_ 2
Polymer Feed Unit No. 3
Polymer Feed Unit No. 4
Located in GBT Building (new)
Located in GBT Electrical Room (new)
Located in GBT Building (new)
Located in GBT Building (new)
Located in GBT Building (new)
Located in GBT Building (new)"
A2-4 SPECIFICATION 46 71 16
A. Remove Section 46 71 16, Article 2.03.A.1.a in its entirety.
B. Remove Section 46 71 16, Article 2.03.A.1.b in its entirety.
C. Revise Section 46 71 16, Article 2.03.A.1. to read:
Addendum No. 2
60000-FTW — Village Creek WRF GBT Addition Page 2 of 3
"1
DRAWINGS:
The structural frame shall be fabricated of the foflowing:
a. ASTM A-276, Type 316L stainless steel structural shapes and plates.
Stainless steel components shall not require additional coating."
A2-5 DRAWING M-12
A. On Sheet M-12, Note 5, delete the following phrase, "with double ball check valve
manifold for vent and overflow conditions." and add the following information at the
end of the note:
"Contractor shall field locate and mount desiccant breather 3 feet off floor surface.
Desiccant breather shall be supported from the floor using 316SS supports. Contractor
shall remove existing goose neck vent and connect new CPVC vent piping to existing 8"
flange on top of tank, reduce to 2" diameter vent and field route and support with CPVC
vent piping to desiccant breather as necessary. Contractor shall modify existing overflow
lines on polymer tanks to install duckbill non-return check vaives to discharge no more
than 6" above floor. Modified overflow piping shall be CPVC and match existing
diameter.
Duckbill check valves shall be flanged type duckbill-style check valves with a"cracking"
pressure of 1 psi and constructed of materials compatible with the polymer stored.
Duckbill check valves shall be either Series TF-1 manufactured by Tideflex, Series DBS
manufactured by Onyx Valve, or approved equal."
THIS ADDENDUM IS MADE PART OF THE CONTRACT DOCUMENTS.
HAZEN AND SAWYER, P.C.
TX REGISTERED ENGINEERING FIRM F-13168
'�-G�i- �/,
�
Tracey L. Long, PE
May 20, 2013
��P��` �� TF-�z�?rj,
%* • '� •. 9 *�i
*; ' *
. ............................ _...
TRACEY L. LONG
�..5...«............N«« .•�.«i
,o :. 89376 •r Q
,
%a�; •.,<iCETISEO ✓ ���'.;
�Yia tsS�ONAL E���."�'
Addendum No. 2
60000-FTW — Village Creek WRF GBT Addition Page 3 of 3
0011li-I
IlWITATION TO BIDDERS
Page I of 2
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction of Village Creek WRF Gravity Belt Thickener Addition Project
will be received by the City of Fort Worth Purchasing Office:
City of Fort Worth
Purchasing Division
1000 Throckmorton Street
_ Fort Worth, Texas 7E102
until 1:30 P.M. CST, Thursday, May 23, 2013, and bids will be opened publicly and read aloud
at 2:00 PM CST in the Council Chambers.
GENERAL DESCRIPTION OF WORK
The major work will consist ofthe (approximate) following: Installation of one gravity belt
thickener, one thickened sludge pump, one washwater pump, four polymer feed units and
ancillary equipment and piping within the existing �-aviry belt thickener building.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained on-line by visiting the City
of Fort Worth's Purchasing Division website at htt�//www.fortwortligov.or�lpurcliasinQ/ and
clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The
Contract Documents may be downloaded, viewed, and printed by interested contractors and/or
suppliers_
Copies of the Bidding and Contract Documents may be purchased from Hazen and Sawyer, P.C.
located at 500 W. 7`�' Street, Suite 702, Fort Worth Texas, 76102. Contact Tracey Long, P.E. at
817-870-2630.
Tlie cost of Bidding and Contract Documents is:
Set of Bidding and Contract Documents witli full size drawings: $100 per set plus $25 shipping
(shippin� cost waived if valid UPS or FedEx account number provided)
Set of Bidding and Contract Documents with half size (if available) drawings: $85 per set plus
$25 shipping (shippin� cost waived if valid UPS or FedEx account number provided)
PREBID CONFERENCE
A non-mandatory prebid conference may be held as described in Section 00 21 13 -
INSTRUCTIONS TO BIDDERS at the followin� location, date, and time_
DATE: May, 9 2013
TIME: 9: 00-11: OOam u�ith a plant tour� afiet�vcrrds
PLACE: Village C�-eek l�ater Reclt�mc�tion Facilitv
4500 YVilrncr Lane
Fort YTrortlz, Teras 76102
LOCATION: Trainin; Room
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
CITY OF FORT WORTH ViIlage Creek WRF Gravity Belt 1l�ickener Addition
STANDARD CONS7RUCTION SPECIFICATION DOCUI�IENTS City Project No. 01847
Recised hily 1, 2011 H&S Project No.60000-000
00 11 13 - 2
INVITATION TO BIDDERS
Page 2 of 2
City reserves the right to waive irregularities and to accept ar reject bids.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following_
Attn: Seiavash Mir, City of Fort Worth
Email: Seiavash.Mir@foriworthtexas.gov
Phone: (817) 392-8404
AND/OR
Atm: Tina E. Hanson, P.E., Hazen and Sawyer, P_C.
Email: thanson@hazenandsawyer.com
Phone: 817-870-2630
ADVERTISEMENT DATES
:�p��il I8, 2013
April2�, 2013
END OF SECTION
CTTY OF FORT WORTH Village Creek WRF Crracity Belt Thickenzr Addition
ST:4IvDARD CONSTRUC�IION SPECIFICATION DOCiIMENTS City Project No. 01847
Recised July l, 2011 H&S Project No.60000-000
00211�-I
INSTRUCTIONS TO BIDDERS
Page I of 8
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defned Terms
1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72
00 - GENERAL CONDITIONS.
12. Certain additional terms used in tliese INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
12.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, subinitting 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, submittin� a
bid for performing the �vork contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.23. Successfizl Bidder: The lowest responsible and responsive Bidder to whom City
(on d1e basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor En�ineer shall assume any responsibility for errors or misinterpretations
resulting from the Bidders use of incomplete sets of Bidding Documents.
2.2. Ciry and Engineer in �naking copies of Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3: Prequalification of Bidders (Prime Conn•actors and Subcontractors)
3.1. No Bidders or their subcontractors are required to be prequalified for the work to be
performed as part of this project.
4. Examinatian of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder shall:
4.1.1. Examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" refened 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.
CITY OF FORT WORTH Village Creek WRF Graeity Belt Thick�ier Addition
STANDARD CONSTRUCTION SPECIFICATION DOCUIv1ENTS City Project No. 01847
Revised hily 1, 2011 H&S Project No.60000-000
OOZlli-2
INSTRUCTIONS TO BIDDERS
Page 2 of 8
4.12. Visit the site to become familiar with and satisfy Bidder as to the general, local and
site conditions that may affect cost, pro�ess, performance or furnishing of the
Work.
4.1.3. Consider federal, state and local Laws and Regulations that may affect cost,
pragress, performance or furnishing of the Work.
1.4. Study all: (i) reports of explorarions 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. Be 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 actuaily written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promuigated addenda thereto, shall be
binding upon the City.
4.1.6. Perform independent research, investigations, tests, borings, and such other means
as may be necessary to gain a complete knot�vledge of the conditions which will be
encountered during the construction of the project_ On 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. Determine the difiiculties of the Work and all attending circuinstances 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 die propasal is to be based.
It is understood that the submission of a proposal is prima-facie evidence that the
Bidder has made the investigation, examinations and tests herein required_ Claims
for additional compensation due to variations between conditions actually
encountered in construction and as indicated in the Contract Documents will not be
allowed.
4.1.8. 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 uross 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 Docwnents.
4.2_ Reference is made to Section 00 73 00 — Supplementary Conditions for identification of:
CITY OF FORT WORTA Village Creek WRF Gravity Belt Thickener Addition
STAI�DARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01847
Revised July 1, 2011 H&S Project No.60000-000
0021 l�-3
INSTRUCTIQNS TO BIDDERS
Page � of 8
42.1. 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 En�ineer guarantee that the data shown is representative of
conditions which actually exist.
4.22. 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.
42.3. 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
Docuxnents, 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. �
4.3. 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, ambiwities 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
Para�raph G., 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 Docwnents.
CITY OF FORT WORiH Village Creek WRF Gravity Belt Thiekener Addition
STAI�TDARD CONSTRUCTION SPECIFICATION DOCUIv1ENTS City Project No. 01547
Recised July I, 2011 H&S Projeet No.60000-000
00 21 13 - 4
INSTRUCTIONS TO BIDDERS
Page 4 of 8
52. Outstanding right-of-way, easements, and/or pemuts 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 Ciry 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, andlor 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
andlor easements.
6. Interpretations and Addenc3a
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City in �niting 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 pa.rties 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
1000 ThroclQnorton Street
Fort Worth, TX 76102
Attn: Seiavash Mir:, Fort Worth Water Department
Fax: (817) 392-2585
Email: Seiavash.Mir@,fortworthtexas.gov
Phone: (817) 392-8404
Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.2. Addenda or clarificarions may be posted via Buzzsaw at
httu://w��v.foriworth�ov.orJpurchasinJ. Click on the Buzzsaw link to the advertised
project folders on the City's Buzzsaw site.
63. A non-mandatory prebid conference ��ill be held at the rime 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 tlie
conference. City will transmit to all prospective Bidders of record 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.
'7. . Bid Security
7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of fve
(5) percent of Bidder's maximuin Bid price on form attached, issued by a surety meeting
the requirements of Para�aphs 5.01 of the General Conditions.
CITY OF FORT WORTH Village Creek WRF Gra�7ty Belt Thickener.4ddition
STA\DARD CONSTRUCTION SPECIFICATION DOCUIv1ENTS City Project No. 01847
Recis�d July 1, 2011 H&S Projeet No.60000-000
00211�-5
1NSTRUCTIONS TO BIDDERS
Page 5 of S
72. The Bid Bond of a11 Bidders will be retained until the conditions of the Notice of Award
have been satisfied. If the Successful Bidder fails to execute and deliver the complete
-- Agreement within 10 days after the Notice of Award, City may consider Bidder to be in
default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited.
Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all
other Bidders whom City believes to have a reasonable chance of receiving the award
will be retained by City until final contract execution.
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 A�reement or incorporated therein by reference to the
attached Bid Form.
9. Liquiaated 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 Biddin� Documents that a"substitute" or "or-
equal" item of material or equipment inay be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by Ciry until after the Effective
Date of the Agreement. The procedure for submission of any such applicarion by Contractor
and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General
Conditions and is suppleinented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with City Ordinance No. 15530 (as amended), the City has goals for
the participation of minority business and woinen business enterprises in City
contracts. A copy of the Ordinance can be obtained from the Office of the City
Secretary. The Bidder shall submit the MBE/WBE Utilization Form,
Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form andlor
Good Faith Effort Form (with "documentation) and/or Joint Venture Form as
appropriate. The Fonns including documentation must be received by the Ciry no
later than 5:00 P.M. CST, five (5) City business days after the bid opening date. Tbe
Bidder sha11 obtain a receipt from the City as evidence the documentation was
received. Failure to comply shall render the bid as non-responsive.
11.2. No Contractor shall be required to einploy any Subcontractor, Supplier, other person
or or�anization against whom Contractor has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents; additional copies may be
obtained from the City.
CITY OF FORT WORTA Village Creek WRF Gravity Belt Thickener Addition
SIAI�DARD CONSZ'RUCTION SPECIFICATION DOCU1�fENTS City Project No. 01847
- Recised hily I, 2011 H&S Prajeet No.60000-000
002113-6
INSTRUCTIONS TO BIDDERS
Page 6 of 8
122. All blanks on the Bid Form �nust be completed by printing in ink 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,
written in ink in both words and numerals, for which the Bidder proposes to do the
work contemplated or furnish �naterials required. All prices shall be written le�ibly.
In case of discrepancy between price in written words and the price in written
numerals, the price in written words shall govem.
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
incorporarion shall be shown below the signature_
12.4. Bids by partnerships shall be executed in the parmership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authoriry to si�. The official address of the partnership shall be shown below the
si�ature.
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 si�. The state of formauon of
the firm and the official address of the firm shall be shown.
12.6.
12.7.
12.8.
12.9.
Bids by individuals shall show the Bidder's name and official address_
Bids by joint ventures shall be executed by each joint venturer in the manner
indicated on the Bid Form. The official address of t11e joint venture shall be shown.
All names shall be typed or printed in ink below the signature.
The Bid shall contain an acknowled�ement of receipt of ali 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 regardin� the
Bid shall be shown.
12.1 l. Evidence of authoriry 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.
13. Submission of Bicis
Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents,
at the time and place indicated in the Advertiseinent or INVITATION TO BIDDERS>
addressed to City 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.
CITY OF FORT WORTH Village Creek 4�%RF Gravity Belt Thickener Addition
SI�!iIvDARD CONSTRUCTION SPECIFICATION DOCUIv1ENTS City Project No. 01847
Recised July l, 2011 H&S Project No.60000-000
0021 i,-�
INSTRUCTIONS TO BIDDERS
Page 7 of 8
14. Modifcation and Withdrawal of Bids
14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be
withdrawn prior to the rime set for bid opening. A request for withdrawal must be
made in writing by an appropriate document duly executed in the manner that a Bid
must be executed and delivered to the place where Bids are to be submitted at any
time prior to the opening of Bids. After a11 Bids not requested for withdrawal are
opened and publicly read aloud, the Bids for which a withdrawal request has been
properly filed may, at the option of the City, be returned unopened.
142. Bidders may modify their Bid by electronic communication at any time prior to the
time set for the closing of Bid receipt.
15, Opening of Bids
- Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An
abstract of the amounts of the base Bids and major alternates (if any) wiil be made available
"" to Bidders after the opening of Bids.
16. Sids to Remain Subject to Acceptance
-- All Bids will remain subject to acceptance for the time period specified for Notice of Award
and execution and delivery of a compiete 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, whether because the Bid is
not responsive or the Bidder is unqualified or of doubtful financial ability or fails to
meet any other pertinent standard or criteria established by City. City also reserves
the right to waive infonnalities not involving price, contract time or changes in the
Work with the Successful Bidder. Discrepancies between the multiplication of u�its
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 �jill
be resolved in favor of t11e conect sum. Discrepancies between words and figures
will be resolved in favor of the words.
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 e�sting 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.
CITY OF FORT WORTA Village Creek WRF Grac^ity Belt Thickener Addition
ST.AIvDARD CONSTRUCTION SPECIFICATION DOCUI�SENTS City Project No. 0184�
Revised July I, 30ll H&S Project No.60000-000
002113-8
INSTRUCTIONS TO BIDDERS
Page 8 of 8
17.2_ City may consider the qualifications and experience of Subcontractors, Suppliers, and
other persons and or�anizations proposed for those portions of the Work as to wluch
the identity of Subcontractors, Suppliers, and other persons and or�anizations 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 guazantees 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
evaluarion of any Bid and to establish the responsibiliry, qualifications, and iinancial
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 sarisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less tllan
35% of the value embraced on the Contract, unless otherwise approved by the Ciry.
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
d1e lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business 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 otllers will constitute
acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by
the City.
17.8. Failure or refusal to compiy with the requirements may result in rejection of Bid.
18. Signing of Ab eement
When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the
required number of unsigned counterparts of the Agreement. Within 14 days thereafter
Contractor shall sign and deliver the required number of counterparts of the Agreement to
City witli the required Bonds, Certificates of Insurance, and all other required documentation.
City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH Village Creek WRF Graviry Be1t Thickener Addition
STAtiDARD CONSTRUCI�ION SPECIFICATION DOCUl�IENTS City Project No. 01847
Recised htly 1, 2011 H&S Project No.60000-000
003513-1
COhFLK'TCN= IN'TF,RFSTAFFTn.4Vii
Pagc t of I
S�C'I'ION 00 35 13
CONFI.,iC.T C)1= (NTEREST AFFIDAVET
Each bidder, offeror, or respondent (hereinafter also refened to as "you"} to a Ciry of Fort Worth
(also referred to as "City") procurement are required to complete Conflict of Interest
Queskioru�aire (ihe attached CTQ Forrn) and Local Govemment OfFcer Conflicts Disclosure
Statement (the attached CIS Form) below pursuant to sta#e law. This affidavit wilt certify that the
Bidder has on fiie with the City Secretary the required documentation and is eligible to bid an
City Work The referenced forms may be downic,aded from the website links provided beIow.
http�!/w w�w.ethics. state.tx.usJforms/CIO.vdf
httn://w�wtv.et h ics.state.tx.as/formt/C; ( S. pd f
� CIQ Fvrm is ott file witti City Secreiary
0 CIQ Farui is be;ing pro��idc,�ci to the City Secretary
� CI5 Fonn is a�� File with City Secretar}•
C] CIS Form is being provided to the City Secretary
BIDDER:
Archer Westem Construction, LLC gy: Daniel P. Walsh
Company e Print}
� � �
2121 Avenue J, Suite 103 Signature: .� � f �'t/�����
Address
Arfington, TX 76006 1'itle: President
CitylStateJZip (Please Print)
E'�tD OR SECTION
CCIY (3F F()R'r WC�ttTH Vitlage Cre�k lt'KF r.ravrh- l3ett 7ir�ckener F.ddi;ion
S'i'AN�ARDCONS"fRtlCllt)NSPF.CCFICAII<7NIkX:IfMFNTS Cit}•E'rejcctNo 0;847
Reviced MSarch 27, �� �� HB•.4 Pm�cct No fi(iC)()(1-IXI�
Qu 4'I pp
ADDEN�UM Nn 1- BID FORM
Page 1 of 3
SECTION d0 41 00
BID FORM
TO: The City h1anager
clo: The Purchasing Department
1000 Throckmorton Street
Ciry of Fort Worth, Texas 76102
FOR:
City Project No.: 1847
Units/Sections:
Viilage Creek WRF Gravity Belt ThickenerAddition Project
1. Enter Into Agreement
The u�dersigned 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 wiil provide a
valid insurance certificate meeting ail 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 cailusive agreement or rules of any group, association,
organization, or corporation.
2.4. Bidder has not directly or indirectly 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:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official i� the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to inffuence the bidding
process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, ar (c) to
deprive City of the benefits of fres and open competition.
c. "coliusive practice' means a scheme or arrangement between two or more Sidders. with or without the
knowledge of Ciry, a purpose of which is to estabiish Bid prices at artificial, non-competitive levels.
d. "coe�cive 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
fi0 47 04_00 43 13_00 42 43_00 43 37 p0 a5 i 2_OG 35 73,_Bid Proposai Wo.kboak
CiN OF FORT W OR7N Vdtage Crsek WRF Gravity Bett Thickener Addi',i�n
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS City Project No OtA47
Form Revised 201203T H�S Pmjer.t No 6000Q-000
Total Bid
7. Bid Submitta(
cMJat np
ADDENDUM No. t- BID FOftM
Page 3 of �
l, � 3 2.f SGY�, �
This Bid is submitted on i�� a3 f 2�� �J by the erttity named below.
.�
Respectf�.�ily su ed,
BY� �� 7�-���lit�"A �i�v
(Signature)
T�A�r�-i- P. 1��4-4
(Printed Name)
TiUe: �F'�irj{��,,"("..
CompanY� ��M�f���'�i��Q!J iJ��i���� � �.
Address: �121 Av�G J, ST�i � �3
/��U �1G-t-arc.l, � ^7(� o01�
State of Incorporation: � �
Email: ['�lJ•1ti��3.i�� L�JQ.�� QYT�Ll.D . C� �1/1
Phone: �j � i ' � `i� � �j�� �
END OF SECTION
CI7�Y OF FORT WORTN
STANDAftD CONSTRUCTION SFECIFIGATtGN DOCUMENTS
Form Revised ZO'120327
Receipt is acknowtedged af �nitia(
the followin Addenda:
Addendum No. 1: X
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seai:
00 41 00_00 43 13_00 42 43_00 d3 37 t30 4$ 1Z QO 35 13_Bid Prpppsal Woikboo7c
Vilyge Creek W RF Gravrty BFtt 7hickener AddiN'.�n
City F�raject Nn. OifS47
H-5 Pro{ect No.60Q00-000
00 s2 a3
SID PROPOSAL
Page 1 oC 1
SECTION 00 42 43
PROPOSAI.FORM
iTNIT PRICE BID
Sidder's Applicatian
Projed itan lnformation Biddea's F'roQcr,s1
Bidtin h�m L'nit of
N� Dcscriptiw M��� Bid �[anaty Unit A-ice Bid Vaiue
Bid for the Gtavfty BNt Thickener Addition, c�nstruction, equipmettt 1� �"� p i.-y c"
1 and operational compietion of the work as shown in the Corttrad LS 1
Documents not induding bid'Rems 2-S, for the lump sump of: �
Z-s�� ZZSUUO�
Bid tor atl costs associa�d with fumishing the gravity bett thickener ,y
2 and washwater pump as described in Uie Contract Documents, fa the EA 1 �� "
�R�t �� or t�' 4 i 84; �°•
Bid for ali cosGs associated witli fumishing the Verticai Non-Ciog Pump �c.�
3 (GBT Feed Pump No. 4) as described in the Contract Documenb, for EA 1 [� �
the unit price of Z,�! �% �� Z 1 i�•
Bid for all cosfs associated with fumishing the Horizontal Non-C{og �� �t w'
4 Pumps (HRC Thickened Sludge Pumps) as described in fhe Corttrad EA 2 �..Z�� gy'�d���
Documents, for the unii rice of
Bid for alf costs associated with fumishing the Progressive Caviry
5 Pumps (Thickened Siudge Pump No. 3) as described 'm the Contract EA 1 °" C�
Documents, fa the unit price of SD� �3- � sl1� 0 DO �
Bid for aIl costs associated with fumishing and instaliing the Polymer
6 Feed System as described in the Contrac! Documents, fw the lump l.5 1 � �� �'
sum price of �j UbG�o pj� f}00.
� Bid for the Efectrical arid Instrumentation Improvements as descxibed `S ,� « J
in the Contract Documents, for the lump sum price of %'� pUp, /�%�' ���
Bid for all costs associated wifh gravity beft tfiickener pertormanc.e
8 testing uti(izing WAS siudge as described in the Contrad Documents �S ' L� %�
including materials, labor, testing, and manufacturer's representation, � ��� � pa�"v
for the lump wm of �
Tohil Base Bid p0 �
Spc�,-ify Graviry Bek ThicJ:caes Equipmeut'�nufacturcr induded in Base Bid p
Gnviry Beh Thickmer Manufict�scr : ��%� t� �
Additive AKernate Bid
A� Cost tar providing Andritz Gravity Bett Thickener in lieu of �` ��
manu(acturer indicated above. lS 1 (i��i .3J C�liO.
Albwance for a prequalified Process Controls System Integratot to ��
A2 P�orm Owner pre-approved programming assistance. See j o l��'oo,�= ( �/�,rOOs
SQeeification Section 40 30 0o frx prequalified PCSI subconVadors LS 1 t..�
�
Bid fof afl costs associated with gravity beK thickener performance
A3 testing util'u5ng HRC sludge as described in the Contrad Dowments �S � O l fl�
induding materials, Iabor, testing, and manufacturers rep�esentation, � O.
for the lu sum of
Totat Additive Ahernate Bid Op
��-
o�,
Tohl sid f . -"
CSTY OF FORT WORTH
STANDAfLb CONSIRUCt'iON CPE.CIFfCAT10N UOCLtMF,NTS
Form Rn.ixd 2�I:Ot.O
00 +t oo cU a3 i z_ oo a? a? ob a; ;� m a� i z ao ;5 i 3 Bd r�or,o�.t w«ibooe
Villagc Cred� tI�RF Cnzvrcv &k ilssct�rncr .Addioan
CuyRo�cti:o 018a7
H ,S•Ai�jeca No.l�(1000-000
00 <3 37
ADDENDUM No. t- VErvDOR COMPUANCE TO STATE LFiW
Page 1 0! 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contrectors
-- whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supp�ies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount thac a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located.
The appropnate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automaticaily disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
, are required to be percent lower than resident bidders by State �aw. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are nat required to underbid resident bidders.
B. The pnncipal place of business our company or our parent company or majority owner is
in the State of Texas.
BIDDER:
_ o �-�-a � (�ST�,ea� C.a�,�ST�.v..Cl�c�l�, t,�-C- gy:.��l�lr � . �r�-S�%
`—�^� /�►°� . l
o Zt 2 � A�e.,..S, S� ; —
� ��� .�
0 ��7�� � l`' 7U1i�J � - ._ Signatur
Title: ��S{D�itT
Date: ��� p�t,1 0� 3� ZO ��j
_�,_t—
fiND pF SECTtON
00 a� Ou_p0 »3 i 3_QO a2 a's_CW a3 37 W a5 t2 00 35 ', J�3�d Fropesai Wnrkr,nc�
CITV' Of t'ORT VJnRTH Village Geek WRF Gra�:ty Belt Thickener ?.dtlrt�on
gTAND/+RD CONSTRUCTION SPECihICATIUN UOCUMENTS C�ty Project �lo. G1R47
Form Revised 201 iG521 H-5 Wojeu No 6COO�J-006
00 45 2b - t
CONTRAI'fOR COMPLfANCE wlTti WORKFRS CO!�'i;�SATION LAR'
Pa�e 1 of 1
SECi`�ON 40 45 26
CONTRACTOR COMPLLANCE W1TH WORKER'S COfvfPENSATION LARI
Pursuant to Texas Labor Code Section 406A96(a}, as amenderJ, Cantractor certif es that it
provides worker's compensation instuance coverage for ail of its empioyees employed on City
Project No. �1847. ConRracior further certifies tE�at, pursuant to Texas Labor Code, Section
446.096(b), a.s amended, it witl provide to City its subcantractor's certificates of compliancc with
wori:er's cornpcmation coverage.
CQNT'RACTOR:
Archer Westem Construction, LLG �y: Daniel P. Walsh
C,ompauy — . l
2121 A�enue J Suite 103 Si nature: �_����"`�d�� --
----..___. �
Addre�
Arlingtan, TX 76006 Title: President
CitylState/7.ip � � - ---( Pl ease Prirn}
Il iE STATE OF TEXAS §
CnCINTY Ofi TARRANT §
BEFORE ME, the undersigned auchoriry, on this day personally appeared
' 1ry,yti� �, W,4t s� , known to me to be the person whase name is
subscribed to the foregoing instrumert, and acicno��ledged to me that helshe e�uted the same as
--- the act and deed of ,�R.c�t�. ��T�__��STR,��C�I I,Z:f.or the purposes and
consideration therein ex.pressed and in the capacity therein stated.
GIVE UNDER MY TIAND AND SEAL OP OITICE this ��.____day of
_ _ , 20.�-
— �
votary ic in and fcx the Statc of e�tas
END OF SECTION *,�e'!`, j,"�=. JAA�EDEI�SEMONK
' .�b MY COMMISS�N IXPiHES
'X' �, '� At�tls! 21, 26t3
,,�....•ti;
, �, �.•
CIT1' UN 1�UR'I WCHZtli VillageCrc�k WRF Crraviry BdtThi�ccacr Addiricm
S'�AhtDARD CO1tS'FR[:!.'ilUN SPFCTFK:ATION DOC:UVfF.N'T5 City Projcc( No_ `JtR47
Re�i�d JuJy l, 201 t Ii&5 1'rojed No.6CNJG0-W(1
00 4> 39 - 1
MINORITY AND WOMC-N BUSINESS ENTERPRISE GOAL
Paoe 1 of I
SECTION 00 45 39
MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicab]e.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority
and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the
City on a contractual basis. All requirements and regulations stated in the City's current Minority
and Woinen Business Enterprise Ordinance apply to this bid.
M/WBE PROJECT GOAL
The City's M/WBE goal on this project is 16% of the total bid (Base bicl applies to Park-s arid
Commirnity Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's
M/WBE Ordinance by either of the following:
1. Meet or exceed the above stated NUWBE goal, or
2. Good Faith Effort docuinentation, or;
3. Waiver documentation, or;
4. Joint Venture.
Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered
non-responsive. Any questions, please contact the M/WBE Office at (817) 212-2674.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents inust be received by the Managing Department, within the followin�
times allocated, in order for the entire bid to be considered responsive to the specifications. The
Offeror shall deliver the M/WBE documentation in person to the appropriate employee of the
Mana�ing Department and obtain a date/time receipt. Such receipt shall be evidence that the City
received the documentation in the time allocated. A faxed copy will not be accepted.
1. Subcontractor Utilization Form, if �oal is met received by 5:00 p.m., five (5) working days after the
or exceeded: bid opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the
Utilization Form, if participation is less than bid openin� date, exclusive of the bid opening date.
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the
Utilization Form, if no M/WBE participation: bid openin� date, exclusive of the bid openin� date.
4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) workin� days after the
perform all subcontracting/supplier work: bid opening date, exclusive of the bid openin; date.
5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) working days after the
to meet or exceed goal. bid opening date, exclusive of the bid opening date.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCT]ON SPECIF]CATION DOC'UMENTS
Revised April, ZOli
Villaee Creek \�/RF Gravity Qelt Thickener Addition
City Pr�iect No. O1 S47
H&S Project No.60000-000
s�+ _ .. _. .,.. ..... , _ .. . . _. . . . . . ... . _ .. - . . . . . .. ._
00 52 43 -1
Agreement
Page 1 of 4
1
2
SECTION 00 52 43
AGREEMENT
3 THIS AGREElVIENT, authorized on is made by and between the City of Fort
4 Worth, a Texas home rule mtar�icipality, acting by and through its duly authorized City Mana.ger,
� �"City"�, 8S1Cj. Archer Western Construction, LLC ,
6 authoriz�d to do business in Te�s, acting by and through its duly authorized representative,
7 ("Contractor").
�.
10
11
12
13
14
15
16
17
18
19
�r
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 WRF Gravity Belt Thi.ckener Addition
City Project No. 01847
Article 3. CONTRACT TIME
3.1 Time is of the essence.
All time liinits for Milestones, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
22 3.2 Fi.nal Acceptance.
23 The Work will. be complete for Final Acceptance within 300 days after the date when the
24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditi.ons.
25 3.3 Liquidated damages
26
27
28
29
30
31
32
33
34
Contractor recognizes that time is of the essence of this Agreement and that City wil]
suffer financial loss if the Work is not completed within the times speci�ied in Paragraph
3.2 above, plus any e�tension thereof allowed in accordance with Article 12 of the
General Conclifiions. The Contractor also reco� i�es the delays, e�pense and difficulties
involved in proving in a legal proceeduzg the actual loss suffered by the City if the Work
is not completed on time. Accordingly, instea.d of requirii�g any such proof , Contractor
agrees that as liquidated damages for delay {but not as a penalty), Contractor sha11 pay
City 300 Dollars ($300) for each day that expires after the time specifiedin Paragraph 3.2
for Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTS
STANDARD CONSTRUCTION SPECIFICATIONDOCU.IVIENTS
Revised June 4, 2012
Village Creek WRF Gravity Belt Thickener Addition
City Project No_ Q1847
H&S ProjectNo.60Q00-OQO
aos?as-a
Agreement
Page 2 of 4
35 Article 4. CONTRACT PRICE
36 City agrees to pay Contractor for performance of the Work in accordance with the Contract
37 Documents an amount in current f�u�ds of Nine hundred and thirty-one ihousand Dollars
38 {$93� 000 .
39 Article 5. CONTRACT DOCUMENTS
40 5.1 CONTEN'I'S:
41 A. The Contract Documents which comprise the entire agreement between City and
42 Contractor concerning the Work consist of the following:
43 1. This Agreement.
44 2. Attachments to this Agreement:
45 a. Bid Form
46 1) Proposal Form
47 2) Vendor Comgliance to State Law Non Resident Bidder
48 3) Prequalification Statement
49 4) State and Federal documents (pYo� ject specifxc�
50 b. Current Prevailing Wage Rate Table
51 c. Insurance ACOR.D Form{s)
52 d Payment Bond
53 e. Performance Bond
54 f. Maintenance Bond
55 g. Power of Attomey for the Bonds
56 h Worker's Compensation Affidavit
$7 i. MWBE Comrnitrnent Form
58 3. General Conditions.
59 4. Supplementary Conditions.
60 5. Specifications specifically made a part of the Contract Documents by attachment
61 or, if not attached, as incorporated by reference and described in the Table of
62 Contents of the Project's Contract Documents.
63
64
65
66
67
68
69
70
71
72
73
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 issuecl, become an incorporated part of the Contract Documents:
a. Notice to Proceed
b. Field Orders.
c. Change Qrders.
d Letter of Final Acceptance.
CITY OF FORT WORTS Village Creek uJRF Gravity Belt Thickener Addition
STANDARD CONSTRUCTION SPECIFTCATTONDOCUN�NTS CityProject No. 01847
Revised June 4, 2012 H&S Project No.60000-000
Q0�243-3
Agreement
Page 3 of4
74 Article 6. INDENINIFICATION
75
76
77
78
79
80
81
82
83
84
85
..
:
:.
:•
.�
.
.
94
95
5.1 Contractor covenants and agrees to indemnify, hold hairmless and defend, at its o�vn
e�•pense, the city, its of�iicers, servants and employees, from and against any and all
claims arisin� 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
imder this contract. This indemnification pravision is speci�icallY intended to operate
and be effective even if it is alle6ed or nroven that all or some of the dama6es bein�
sou�hht were caused, in �vhole or in uart, bv anv act, omission or ne61i6ence of the city.
This indemniiy provision is u�tended to include, without I'unitation, indemnity for
costs, eapenses and legal fees incurred by the city in defending a sainst such claims and
causes of actions.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its o�n egpense,
the city, its officers, ser�ants and employees, from and a�ainst any and all loss, damage
or destruction of property of the city, arising out vf, or alleged to arise out of, the work
and services to be performed by the coutractor, its officers, agents� employees,
subcontractors, licen�ees or invitees under this contrac� Tlus indemnification
provision is specificallY urtended to operate and be effective even if it is alle�ed or
proven that all or some of the dama�es bein� sou�hht were caused in whole or in part,
bv any act, omission or ne61i6ence of the citv.
Article 7. NIISCELLANEOUS
96 7.1 Terms.
97 Terms used in this Agreement which are defined in Arti.cle 1 of the General Conditions will
98 have the mean�n�s indicated in the General Conditions.
99 7.2 Assignment of Contract.
100
101
102 7.3
103
104
105
This Agreement, including all of the Conlract Documents may not be assigned by the
Contractor without the ad�anced express written consent of the City.
Successors and Assigns.
City and Contractor each binds itsel� 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.
106 7.4 Severability.
107
las
109
110
111
112
113
114
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
corr�rxAeTOR.
7.5 Croverning Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Te�.s. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATIONDOCUMENTS
Revised Jtme 4, 2012
Village Creek \�RF GravityBelt ThiekenerAddition
City Project No. O1S47
H&S Project Nob0000-0OD
00 52 43 - 4
Agreement
Page4 of4
115 7.6 Other Provisions.
116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is
117 classified, promulgated and set out by the City, a copy of which is attached hereto and
118 made a part hereof the same as if it were cogied verbatim herein.
119 7.7 Authority to Sign.
120
121
122
123
124
125
126
127
128
129
130
131
132
133
134
135
136
137
Contractor shall atta.ch evidence of authority to sign Agreement, if other than duly
authorized signatory of the Contractor.
IN WITNESS WHEREOF, City and Contractor ha.ve executed this Ag-reement in multiple
counterparts.
This Agreement is effective as of the last date signed by the Parties {"Effective Date")
Contractor:
�lrcher Western Construction, LLC
gy: �% C�
(Signature)
City of Fort Worth
$Y l�� (..Nf�--�
Fernando Costa
Assistant City lYlanager
Daniel P. Walsh
{Printed Name)
I�-.-@a,.. �
�' ���FIC�6��. �ECORD
��� ���.�`�`� ���eR�'�'�i�Y
i ��'� �'d�i�'H9 7X
MsLc _2 (o �l `t (o
Date: qT � � � �
APPROVAL RECONIlVIENDED: �
/
�
y � ���
S. Frank Crumb, P.E.
DIRECTOR,
Water Department
�
CTTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFTCATTONDOCUNIENTS
Revised J�e 4, 2012
Village Creek WRF GravityBdt ThiekenerAddition
City Project No. 01847
Hc4S Project No50000-000
CitylSta.te/Zip: Irvina, Tx 75038 Approved as to Form and Legality: �
6�1�. /�" � l3 ��,� ��,� �-i,� ���t� � r
Date . ack i�1� ��:� � L ��''�l �<•'c, E-
Assistant City Attorney
Bond Number: 105987280
THE STATE OF TEXAS
� ! •r.
SECTION 00 61 13
PERFORMANCE BOND
GO 61 13 - 1
Per.r-or.N7.vvcE so�ro
Page 7 of Z
§
§ KNOW ALL B�' THESE PRESENTS:
§
That we, Archer Western Constniction LLC , known as
"Principal" herein and Travelers Casualty and Surety Company , a caiporate
surety(suretics, if morc than one) duly authonzed to do business in the State of Texas, lmown as
"Surety" herein (�vhether one or more), are held and firmly bound unto the City of Fort Worth, a
municipal corporation created pursuant to ehe laws of Texas, lmown as "Ciry" herein, in the penal
sum of, Nine Hundred Thirry One Thousand and 00/100 Dollars
($ 931,000.00 }, lawful money of the linited States, to be paid in Fort Worth,
Tarrani County, Texas for the payment of �vhich sum well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assib s, jointly and se�erally,
firmly by these presents.
EJ[2EAS, the Principal has enlered into a certain written contract with the Ciry
awarded the �_ day of s�Q�b-�/ , 201� which Coniract is hereby referred to and
made a part hereof for aii purposes as if fully set forth herein, to furnish al] materials, equipment
labor and other accessories deimed by law, in the prosecution of the `Vork including any Change
Orders, as provided for in said Contract designated as Village Creek WRF Gravity Belt Thickener
Addition Project, City Project No. 01347.
NOW, THEREFORE, the condition of this obligation is such that if the said Principal
shall faithfully perform it obligations under the Contract and shall in all respects duly and
faithfully perfortn the Work, including Change Orders, under the Contract, according to the plans,
specifications, and contraet documents therein rcfcrrcd to, and as well during any period of
extension of the Contract tt�at may be granted on the part of the City, then this obligation shatl be
and become null and void, othcrwisc to remain in full force and effect.
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.
CITY OF FORT WORTH Village Craek WEZF Crravity Belt Thickener.4ddition
ST.ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01347
Revised July 1, 201I H&S Project No.60000-000
0067 13-2
PERFORivIANCE BOND
Page 2 of 2
This bond is made and executed in compliance with the provi5ions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond sha11 be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SE.AI,ED
this instrument by duly authorized agents and officers on this the 2�{ day of �Q ��-Y, �j-� r^
, 20�.
ATT -
� � �" �'�
(Principal) ecretary Matt ew M. Walsh IV
— _ �
� �' "� — ` .> -.
WiEness `as to Principal Justine Miele
�J
i
Wi ess a to Surety Jodi Wallace
PRINCIPAL:
Archer Western Construction. LLC
BY:
Signa[ure
Daniel P. Walsh, President
Name and Title
Address: 1411 Greenway Drive
IrvinQ, TX 75038
SURETY:
Travelers Casualty and Surety Company�
;� —
BY: <L����� %��'��—
Signa e
Kerry Pecora, Attorney-in-Fact
Name and Title
Address: One Tower Square
Hartford, CT 06183
Telephone Number: 630-961-7037
*Note: If signed by an ofFicer of the Surety Company, there must be on file a certified eYtract
from the by-laws showing that this person has authority to sign such obli�ation. 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
ST.�,7VllARD CONSTRUCTI�N SPECIFFCATiON DOCT_iMENTS
Revised July I, 2011
Villagc Crcck VJRF Gravity Belt Thickcner Addition
City Project No. 0] 847
H&S Pmject Na60000-000
Bond Number: 105987280
SECTION 00 61 14
PAYMENT BONI�
0061 14- 1
PAY2viE\fi BOND
Page I of 2
TI�E STATE OF TEXAS §
§ KNO�V ALL BY TH�SE PRESENTS:
COUN'I'Y OF 'i'ARRAN"� §
That we, Archer Western Construction, LLC , kno��n as
"Principal" herein, and Travelers Casualry and Suret�Company _, a
corporate surety (sureties), duly authorized to do business in the State of Texas, known as
"Surery" 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,
in the penal sum of Nine Hundred Thirtv One Thousand and 00/100 Dollars
($ 931,000 ___� }, lawful money of the United States; to be paid in Fort Worth,
Tanant County, Texas, for the payment of v��hich sum well and truly be made, we bind ourselvcs,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by� these
presents:
VVI-�EREAS, Principal has entered into a certain written Contract with City, awarded the
�-� day of s�m1�t� , 201�, which Contract is hercby referred to and
made a part hereof for all purposes as if fully set forth herein, to fumish all materials, equipment,
labor and other accessorics as dcfincd by law, in the prosecution of tbe Work as provided for in
said Contract and designated as Village Creek WRF Gravity Belt Thickener Project, City Project
No. 01847.
NOW, T'HEREFOR�, THE CONDITION OF THIS OBLIGATION is such that if
Principal shall pay all monics 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 cxccutcd in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be deternuned in
accordance with the provisions of said statute.
CITY OF FORT WORTH Village Creek WRF Gravity Belt Thickener Addiuon
ST?.NUARD CONSTRUCTION SPECIFICATION DOCiTIvIENTS City Praject No. 01347
Revised July 1, _O7 1 H&S Project No.60000-000
�
OUfil 14-2
PAYMEI�T BOND
Page 2 of 2
IN WITNESS «�IEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the Z 4 day of
�,�f�m �.e� . Zo� .
ATTEST:
r C��
,
(Pnncipa Secretary atthew M. Walsh IV
.-- ,
. - ----__
��
�_�""='— ----�—
VViEnes� as to Principal Justine Miele
Witness
�i��:
_ �
( tzrery) $�rc�fa� Stephanie Wiater, Witness
�
ess to Sttrety Jodi Wallace
Px�rclPal.:
Archer Western Construction, LLC
BY: �
Signature
Daniel P. Walsh, President
Naine and Title
Address: 1411 Greenway Drive
Irving, TX 75038
SURETY:
Travelers Casualty and Surety Com;�any
BY: �' �
(�'�'Z''� �__—__--
Si� ature
Kerry Pecora, Attomey-in-Fact
Name and Title
Address: One Tower Square
Hartford, CT 06183
Telephone Number: 630-961-7037
Note: If signed by an officer of the Surety, there must be on file a certified extract from the
bylaws showing that this person has authority to sign such obligation. If Surety's physical
address is differenf from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is a�varded.
END OF SECTION
CTI'Y OF FORT WORTH Viflage Crcck V✓RF Gravity Belt ThickenerAddirion
STATiDARD CONSTRUCTION SPECIFICATION DOCUNSENTS City' Project No. 0134?
Revised July 1, 2011 H&S Projec[ No.60000-QQQ
Bond Number: 105987280
SECTION 00 bl 19
MAINTEN.ANCE BOND
OQ 61 l9 - 1
MANTENANCE BOND
Page 1 of 3
THE STATE O�' TEYAS §
§ IiNOW ALL BY THESE PRESENTS:
C�iJNTY OF TARi2ANT §
That �ve Archer Westem Construction, LLC
known as
"Principal" herein and Travelers Casualty and Surety Company , a corporate surety
(sureties, if more than one) duly authorizcd to do business in the State of Texas, lrnown as
"Surety" herein (whether one or more), are held and firmly bound unto ti�e City of Fort Worth, a
municipal corporation crcatcd pursuant to the laws of the State of Texas, lrnown as "City" hzrein,
in the sum of Nine Hundred Thirty One Thousand and 00/100 Dollars
($ 931,000 ), lawful money of the United States, to be paid 'u� Fort �'orth,
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 �vith the City awarded
the�� day of S-2��Q^z+��' , 20�, which Contract is hereby
referred to and a made part hereof for all purposes as if fully set forth herein, to fumish all
materials, equipment labor and other accessories as defined by law, in the prosecution of the
Work, including any Work resulting fram a duly authorized Change Order (collectively herein,
the "Work"} as provided for in said contract and designated as Village Creek WRF Gravity Beit
Thickener Addition Project, City Project No. 01847; and
WI�EREAS, Principal binds itseif 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 worlananship 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.
CITY OF FORT �VORTH Village Creek WZ2P Gr,�vity Bclt Thickener Addition
ST,4_VDARD CONSTRUCTIO\T SPECIFICATION DOCUMENTS City Project No. 01347
Revised July 1, Z011 HRcS Project No.60Q00-000
ooFi »-2
MAINTENANCE BONi}
Pa�e 2 of 3
NO�i' 'Y"giEi�FOiZE, the condition of this obligation is such that if Principai shall
remedy any defective 1�Tork, 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.
PROVID�D, I�O�'E�%Elt, if Principal shall fail so to repair or recoi�struct auy timely
noticed defective Work, it is aa eed that the City may cause any and aIl such defective Work to
Ue repaired and/or reconstructed with all associated costs thereof being bome by the Principal and
the Surety under this R�aintenance bond; and
PROVIDEI) �'UR'I'HER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant Counry, Texas or the United States Distr-ict Court for the Northern District of Texas, Fort
Worth Division; and
PF���IDEI) �' 'I' gt, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches.
CTI'Y OF FORT WORTH
STANDP.RD CONSTRUCTION SPECIFICATION DOCUMENT�
Revised Ju1y 1, ZOli
Villagc Creck VJRF Gravit}� Belt Thickener Addition
Ciry Project No. 018d7
H&S Project No.fiU000-000
0061 19-3
NfAINTENANCE BO�ID
Page 3 of 3
IN WTTNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 2'� day of �4.►,, ✓
, 20�.
ATT �
; �7 �'
(Principal) Secretary Matthew M. Walsh IV
�----
�' ��
��
•�'�- �
Wi� s a to Principal Justine Miele
Witness
�
iater,
PRINCIPAL:
Archer Western Construction, LLC
BY:
Signa e
Daniel P. Walsh, President
Naine and Title
Address: 1411 Greenway Drive
Irvin�, TX 75038
SL'RETY:
Travelers Casualty and Surety Company
.
�-? --
BY: ��Z'Z�C ;��a�'?�__-,
Signature
Kerry Pecora, Attorney-in-Fact
Name and Title
Addzess: One Tower Square
Hartford, CT 06183
Telephone Number: 630-961-7037
*N te: If signed by an officer of the Surery 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 a��arded.
CITY OF FORT wORTH Viflagc Crcck WRF Gravity Belt Thickcncr Addition
STA1�`DARD CONSTRUCTION SPECiFICATION DOCTTMENTS Ciry ProjectNo. 0784?
Revised July 1, 2011 HBcS Project �]0.60000-t?00
- --- ---- -
---- - - - - __ _ -- - --
" ' WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER
POWER OF ATTORNEY
` I TRAVELERS . Farmington Casualty Company St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company TYavelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. 'h-avelers Casualty and Surety Company of America
� I St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
�
r
I
��
Attomey-In Fact No. 225482
�e=t��ate No. Q 0 5 4 6 9 2 5 4
t�
��
KNOW ALL MEN SY THESE PRESENTS: That Farminaton Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company aze corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guazanty Insurance Underwriters, Inc., is a corporation duly or�anized under the
laws of the State of Wisconsin (herein collectively called the `Companies"), and that the Companies do hereby make, constitute and appoint
Brian R. Walsh, J. William Ernstrom, Jodi Wallace, and Kerry Pecora
of the City of ChiCagO , State of IlltnOls , their true and lawful Attomey(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, reco�nizances, conditional undertakings and
�, other writin�s obligatory in the nature thereof on behalf of the Companies in their business of �uazanteeing the fidelity of persons, �uaranteeing the performance of
contracts and executin� or guaranteeing bonds and undertakin�s required or pernutted in any actions or proceedings allowed by ]aw.
�
I
�
�,
30th
IN WITNESS WNF'IZEOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
day of April 2013
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
�
I� �
St. Paul Mercury Insurance Company
'h-avelers Casualty and Surety Company
TY�avelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
�s� �r' FtRE��4u4yw „w � ,. �~,NS-�•.� tY A Y
U' G nc ��A Si oa�a J —'y °y r �` �—'MSG9 . JPt �.�up9 x 9,P Ho s �� � �O� ��
p��(�OTP�'YJ L p �4 � G r >P� J� �� RPOR .� -'3�G: •' �LC,c: `? L,y 'l� <t\
5 �() �-s ��ii�Q�� Z� �� LO A)F m; iV::GOaPORATf:;,C�} w �
q1�9 8 2 O �;� f ' ° f: . �€ a HARTFORD, � `�• c ���
Z c�"+E� ; �91 / � � 1951 � � f ��. $g '�s `�F �08 W CONN. ��CGVN. � NO<
o �. eL;o, s��:,sEA.L:�3; Oo
g �a �, ''� % c� p\� o+�- `� � �
b�y � ti� .� T�� �'mvFwNcuw�' \1........�a� 2` J ,.� F eb + ar r
y
„� hsN l.N .s '�,1s..... r 1 �a � i r? A'q AM��
r,,
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, enior Vice President
�
On this the 30th day of April 1 , before me personally appeazed Robert L. Raney, who acknowledged himself to
be the Senior Vice President of Farmin�ton Casualty Company, Fidelity and Guazanty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guazdian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guazanry Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G.TET
In Witness Whereof, I hereunto set my hand and official seal. ���
My Commission expires the 30th day of June, 2016. � ID���G *
� �
�
t-
I58440-8-12 Printed in U.S.A.
`('(� c�n;�► C . �.��n�SZk
Marie C. Tetreault, Notary Public
WARNING: THIS POWER OF ATTORNEY IS INVALID VNITHOUTTHE RED BORDER
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER
This Power of Attorney is b anted under and by the authority of the following resolutions adopted by the B oazds of Directors of Fazmin�ton Casualty Company, Fidelity
and Guazanty Insurance Company, Fidelity and Guazanry Insurance Underwriters, Ina, St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions aze now in full force and effect, readin� as follows:
RESOL�'ED, that the Chauman, the President, any Vice Chauman, any Executive Vice President, any Senior �ce President, any Vice President, any Second �ce
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 si�n with the Company's name and seal with the
Company's seal bonds, recoa izances, contracts of indemnity, and other writin�s obli�atory in the nature of a bond, reco�nizance, or conditional undertaking, and any
of said officers or the Boazd of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTFIER RESOLVED, that the Chairman, the President, any Vice Chauman, any Executive �ce President, any Senior Vice President or any Vice President may
delegate all or any part of the fore�oin� 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 indemniry, or writing obligatory in the nature of a bond, recognizance, or conditional undertakin�
shall be valid and binding upon the Company when (a) si�ned by the President, any Vice Chairman, any Executive Vice President, any Senior �ce President or any �ce
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written dele�ation of authoriry; and it is
FURTHER RESOL�'ED, that the si�nature of each of the followin� officers: President, any Executive �ce President, any Senior Vice President, any Vice President,
any Assistant V'ice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any
certificate relaun� thereto appointing Resident �ce Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executin� and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attomey or certificate bearing such facsunile si�nature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile si�nature and facsunile 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 undersi�ned, Assistant Secretary, of Famun�ton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoin�
is a hue and conect copy of the Power of Attomey executed by said Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WAEREOF, I have hereunto set my hand and affixed the seals of said Companies this �� �"� day of ' _�, 20 �.
G� �
Kevin E. Hughes, Assistant Sec tary
��p�iiY ���„ ..---.. .SYu.oa� ���{
GASU,�C �f\RE 4 ��N.��N,rG '+ INSUq o, JPITY ANpS !Kp '^�Y YY'Y�
> J +. p. . q �0 ..-....... 9 3 Q \�
p`' o��r � o S'O�`'Po a< __ ''r` c.•�aco .s .i'ju:: ...y�,- 4 �9 F
�`'� • �
o p� �� f<so -?�>es 3Pi pPORAT':1�� '' ����� �
� 1"i o � �dtRDRA1ED �r; _ t�i m� W F co f: - I
� 1 9 S 2 0 '< O � "i E• = a. �_ o_ s HAHiFoao, �
Z �� ; �1 sn � ,:. � cor+N. � ��,\..._.�?'.� 6 '�� <-
1951 �SEAL.'os `"� 'O` �'
� -., � r '__ ob _SEAL %i.' r° °d
� �a �q•ys c°� a'--...... 'a "'s '`' ��` va � �r1� A��
b�y � ti� ! A� ��n�nu^lowE 1SNAN�- '� �5.....-*� r Fe�
�,�
To verify the authenticity of this Power of Attomey, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the
above-named individuals and the details of the bond to which the power is attached.
-��� '
007000-1
MOBILIZATION AND REMOBILIZATION
Page 1 of 3
SECTION 00 70 00
MOBILIZATION AND REMOBILIZATION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
2. Mobilization and Delnobilization
a. Mobilization:
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for perfonnance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operatin� supplies
to another location within the desib ated Site
5) Relocation of necessary general facilities for the Contractor's operation
from one location to another location on the Site.
b. Demobilization:
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Reinoval of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities far specific items of
work that are for which payment is provided eisewhere in the contract.
Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Deinobilization:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as desi�ated by the Contract
Docuinents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Wark.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Wark.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the nonnal progress of perfonning the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
CITY OF FORT WORTH Villa�e Greek WRF Gravity Belt Thickener Addition
STANDARD CONSTRUCTION SPEC(FICATION DOCUMENTS City Project No. O1 S47
Revised .lune 7, 3012 H&S Project No.60000-000
007000-3
MOBILIZATION AND REMOBILIZATtON
Page 3 of 3
2) No payments will be made for standby, idle tiine, or lost profits associated
with this Item.
5. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurelnent
1) Measureinent for this Itein shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work perfonned in accordance with this Item will be paid for at the
unit price per each "Wark Order Mobilization" in accardance with
Contract Docuinents. Delnobilization shall be considered subsidiary to
inobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
3) No pa}nnents will be made for standby, idle time, or lost profits associated
this Item.
6. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measureinent
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Pa}nnent
1) The Work perfonned in accordance with this Item will be paid for at the
unit price per each "Work Order Emergency Mobilization" in accordance
with Contract Documents. Demobilization shall be considered subsidiary
to inobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
3) No pa}nnents will be made for standby, idle time, ar lost profits associated
this Item.
1.3 TO 1.12 [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised .iune 7, 2012
Village Creek WRF Gravity Belt Thickener Additio❑
City Pro,ject No. 0184"7
H&S Project No.60000-000
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFtCATION DOCUMENTS
Revised: November 9, 201 1
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1— Definitions and Terminology .................................�--.................---........--�--.....................................1
1.01 Defined Terms.......--• .................................�--.................................................................................1
1.02 Tern�inology ...............................................................................�--................................................6
Article2— 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 Pubiic 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 Suppiementing Contract Documents .................................................................10
3.05 Reuse of Documents ......................................................................�--..........................................10
3.06 Electronic Data ............................................................................�--.............................................11
Article 4— Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points ........................................................................................................... l 1
4.01 Availability of Lands ..................................................................................................................11
4.02 Subsurface and Physical Conditions ..........................................................................................12
4.03 Differing Subsurface or Physical Conditions .............................................................................12
4.04 Under�round Facilities ...............................................�--.............................................................13
4.05 Reference Points .....................................................................�--.................................................14
4.06 Hazardous Environxnental 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
6.02
6.03
6.04
6.05
6.06
6.07
6.08
6.09
6.10
6.11
6.12
6.13
6.14
6.15
6.16
6.17
6.18
6.19
6.20
6.21
6.22
6.23
6.24
Labor; Working Hours ................................................................................................................20
Services, Materials, and Equipment ...........................................................•--.............................20
ProjectSchedule ..........................................................................................................................21
Substitutes and "Or-Equals" ....................................................................................................... 21
Concerning Subcontractors, Suppliers, and Others ....................................................................24
WageRates ..................................................................................................................................25
Patent Fees and Royalties ........................................................................................................... 26
Permitsand Utilities ....................................................................................................................27
Lawsand Regulations ................................................................................................................. 27
Taxes...........................................................................................................................................28
Useof Site and Other Areas .......................................................................................................28
RecordDocuments..--� .................................................................................................................29
Safetyand Protection .................................................................................................................. 29
SafetyRepresentative .................................................................................................................. 30
Hazard Communication Programs .............................................................................................30
Emergencies and/or Rectification ...............................................................................................30
Submittal s . .... ... ... .. . . . .. .. ... ... .... ... ... .... . .. ... .... ...... ....... ......... ... ... .... ... ... ....... .. ... ... .... ... .... ... .... . . . .. ... ... 31
Continuingthe Work ...................................................................................................................32
Contractor's General Warranty and Guarantee ..........................................................................32
Indemnification......................................................................................................................... 33
Delegation of Professional Design Services .............................................................................. 34
Rightto Audit .............................................................................................................................. 34
Nondiscrimination....................................................................................................................... 3 5
Article 7- Other Work at the Site
7.01 Related Work at Site
7.02 Coordination .............
35
35
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 ........................................................................... 3 7
9.01 City's Project Representative .....................................................................................................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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 301 1
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 Conlract 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 Acceptanc� of Defective Work ......................48
13.01 Notice of Defects .......................................................�--..............................................................48
13.02 Access to Work .................................................................................�--.......................................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 of Defective Work ...........................................................�--.....................................51
13.09 City May Correct Defective Work ...................................................•--.......................................51
Article 14 - Payments to Contractor and Completion .................................................................................... 52
14.01 Schedule of Values ...................................................................................................................... 52
14.02 Progress Payments ...................................................................................................................... 52
14.03 Contractor's Warranty of Title ................................................................................................... 54
14.04 Partial Utilization ...............................�--......................................................................................55
14.05 FinalInspection ...........................................................................................................................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
Article16 - Dispute Resolution ...................................................................................................................... 61
16.01 Methods and Procedures .............................................................................................................61
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
Article17 — Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice ..............................................................................................................................62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ............................................................................................................... 63
17.05 Headings ......................................................................................................................................63
C[1'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, ?01 1
00 72 00 - 1
GENERAL CONDITIONS
Pa�e 1 of 62
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defii�ecl Te��ms
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 denotin� gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. V�hen used in a context consistent with
the definition of a listed-defined term, the term shall have a meanin� as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the tities of other documents or forms.
l. Aciclendc�—Written or �raphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the praposed Contract Documents.
2. Ag�^eement—The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Pay�neiat—The form acceptable to Ci1y 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 r�quired 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. Awarcl — Authorization by the City Council for the City to enter into an Agreement.
6. Bicl—The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Wark to be performed.
7. Bic�c�er—The individual or entity who submits a Bid di-ectly to City.
8. Bidding Doct�nients—The Bidding Requirements and the proposed Contract Documents
(including ali Addenda).
9. Bidcling Reqz�irenients—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 defined as a day tY��at the City conducts normal business,
generally Monday through Friday, except for federal o. state holidays observed by the City.
11. Bzc��sc�w — City's on-line, electronic document management and collaboration system.
12. Calenclar Day — A day consisting of 24 hours measured from midni�ht to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
007200-Z
GENERAL CONDITIONS
Page ? of 62
13. Change OrdeJ�—A document, which is prepared and approved by the Ciry, 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.
14. 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 imal 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.
15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
16. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
17. City ManageTl — The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustrnent 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 pariy is not a Contract Claim.
19. CoTztract—The entire and integrated written document between the City and Contractor
concerning the Worlc. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
20. Coiztract Documeiats—Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
21. Coi�tract P��ice—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 11.03 in the case of Unit Price Work).
22. Co�ztract 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.
23. ContYacto�^—The individual or entity with whom City has entered into the Agreement.
24. Cost of tlze Work—See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTH
STANDARD CONSTRUCTTON SPGCIFICATION DOCUMENTS
Revised: November 9, 201 1
007200-3
GENERAL CONDITIONS
Page 3 of 6?
25. Da�nage Claims — A demand for money or services a�isin� from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
27. Directo�^ of Aviation — The officially appointed Direc:or of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or a�ents.
28. Directo�� of Parks ccncl Comfnunity SeYvices — The offieially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or a�ents.
29. Director of Planning c�i�cl Development — The officially appointed Director of the Planning
and Development Department of the City of Fort `�North, Texas, or his duly appointed
representative, assistant, or a�ents.
30. Directo�� of TYaizspoYtatioiz Pa�blic Works — The �fficially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
31. Director of Water Depa��tnzent — The officially appoir_ted Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or a�ents.
32. Drawings—That part of the Contract Documents prepared or approved by En�ineer which
b aphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
33. Effective Date of the Ab eement—The date indicated i�n the Ab eement on which it becomes
effective, but if no such date is indicated, it means the date on which the A�reement is signed
and delivered by the last of the two parties to sign and deliver.
34. EngineeY The licensed professional engineer or engi�eering firm registered in the State of
Texas perfornung professional services for the City.
35. Extra Work — Additional work made necessary by changes or alterations of the Contract
Documents or of quantities ar for other reasons for which no prices are provided in the
Contract Documents. Extra work shall be part of the Work.
36. Fielc� OrdeY A written order issued by City which rec�uires changes in the Work but which
does not involve a change in the Contract Price, ContrGct Time, or the intent of the Engineer.
37. 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.
C[TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 1
007300-4
GENERA� CONDITIONS
Page 4 of 62
38. Final haspectioTz — 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.
39. General Requirements—Sections of Division 1 of the Contract Documents.
40. Ha�ardoacs ETzviroiz�nental Conclition—The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
41. Ha�ardoais Waste—Hazardous waste is deiined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as deimed in the federal waste reb lations,
as amended from time to time.
- 42. Laws and Reb �lations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
44. MajoJ- 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.
45. Milestone—A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
46. 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.
47. Notice to Proceed—A written notice given by City to Contractor fixin� 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.
48. PCBs—Polychlorinated biphenyls.
49. PetYolea�m—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 oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
50. Plans — See definition of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFiCATION DOCUMENTS
Revised: November 9, 2011
00 �� oo - s
GENERAL CONDITIONS
Page � of 62
51. Project Schedzcle—A schedule, prepared and maintaired by Contractor, in accordance with
the General Requirements, describing the sequence an�i duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
52. Project—The Work to be performed under the Contrac: Documents.
53. P�roject RepYesentative—The authorized representative of the City who will be assigned to
the Site.
54. Public Meeting — An announced meeting conducted by the City to facilitate public
participation and to assist the public in gainin� an infor�ned view of the Project.
55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
56. Rea clar Working Hours — Hours beginnin� at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
57. Sa�nples—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.
58. Scl�edule of Submittals—A schedule, prepared and nlaintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
59. Scheclule of Values—A schedule, prepared and mainta_ned by Contractor, allocating portions
of the Contract Price to various portions of the Woric and used as the basis for reviewing
Contractor's Applications for Payment.
60. Site—Lands or areas indicated in the Contract Documzents as being furnished by City upon
which the Work is to be performed, includin� rights-of-way, permits, and easements for
access thereto, and such other lands fitniished by City which are desib ated for the use of
Contractor.
61. Specifications—That part of the Contract Documents consistin� of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto. Speciiications
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 � able of Contents (Division 00 00 00)
of each Project.
E)Z. SLlI7CO1ZiYClCi01^—An individual or entity havin� 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 1
007200-6
GENERAL CONDITIONS
Page 6 of 62
63. Siabnzittals—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.
64. Szcccessfi�l Biddef=The Bidder submitting the lowest and most responsive Bid to whom City
malces an Award.
65. Superintendent — The representative of the Contractor who is available at all times and able
to receive insmzctions from the City and to act for the Contractor.
66. Sz�pplemefata�y Conditiofzs—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. UncleJ b�ozuzcl 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. Uizit P�-ice Work—See Paragraph 11.03 of these General Conditions for definition.
70. WeekeTacl Working Hoa�rs — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or le�al 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
providin; 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 defined as a day, not including Saturdays, Sundays, or legal
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 Te»�zinology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Inte�zt of Certain TeYins or Adjectives:
GITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 20l l
007200-7
GENERAL CONDITIONS
Page 7 of 62
The Contract Documents include the terms "as allow�d," "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 ar import are used to describe Gn action or determination of City as to
the Work. It is intended that such exercise of professio�al judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Docuxnents and with the design concept of 11e Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicatin�
otherwise).
C. Defective:
l. The word "defective," when modifying the word "Work," 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 applicabie inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
D. FuYnish, Install, Perfo��m, P�rovicle:
1. The word "Furnish" or the ward "Instali" 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 Wark indicGted, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a we11-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Copies ofDoczi�nents
City shall fiu�lish to Contractor one (1) original executed co�y 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 indicatec� in the Notice to Proceed. A Notice to
Proceed may be given at any time within 14 days after the Effective Date of the Agreement.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 I
007200-5
GENERAL CONDITIONS
Page S of 62
2.03 Starti�ag the WoJ-k
Contractor shall start to perform the Wark on the date when the Contract Time commences to run.
No Worlc shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Staf�ting Construction
Baseline Schecla�les: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Precoyasti�i�ction Confei�ence
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 Acceptaizce of Scheclules
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 I��tei�t
A. The Contract Documents are complementary; what is required by one is as binding as if required
by a1L
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereo� to be constructed in accordance with the Contract Documents. Any labor,
documentation, services, materials, or equipment that reasonably may be infened 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
Ciry.
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 shail 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 1
007200-9
GENERAL CONDITIONS
Page 9 of 62
section. The Contractor shall not take advanta;e of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subpara�raph heading "Related
Sections include but are not necessarily limited to:" anc elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor sha11 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 wl�ether or not the cross referencin� is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Stanclards
A. Standards, Specifications, Codes, Laws, and Reb lations
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, shail mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Ef_=ective Date of the A�reement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or res�onsibilities 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, a�ents, consultants, or subcontractors, any
duty or authority to supervise or direct the performanc� of the Woric or any duty or authority
to undertake responsibility inconsistent with the provissons of the Contract Documents.
3.03 RepoYting and Resolving DiscYepa�zcies
A. Reporti��gDisci�epancies:
Contractor's Review of Contract Doca�ments Before St���til�g Work: Before undertakin� each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent fi�ures therein a�ainst a�l applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambi�uiry,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceedin� with any Work affected
thereby.
Contractor's Review of Contract Documents During Pe�fo�^mance 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 ar Reb lation ,(b) any standard, specification, manuai, or code, ar(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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - ] 0
GENERAL CONDITIONS
Page 10 of 62
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. Resolvirzg Disc��epancies:
l. 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, fib red dimensions shall govern over scaled dimensions, Plans shall
�overn 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 A�lzeizdifzg and Supplemeizting CoFatract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
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:
l. 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 ciarification.
3.05 Reuse of Docicments
A. Contractor and any Subcontractor or Supplier shall not:
l. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo fl 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS
Revised: November 9, 2011
00 72 00 - 1 1
GENERAL CONOITIONS
Pa�e i ] of 62
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothinj herein shall preclude Contractor fram retaining copies of the Contract
Documents for record purposes.
3.06 ElectYonic Data
A. Unless otherwise stated in the Supplementary Conditions, .he data furnished by City or En�ineer
to Contractor, or by Contractor to City or Engineer, that inay 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 Buzzsaw site. Files in electronic media
format of text, data, graphics, or other types are furnis=zed only for the convenience of the
receiving parly. Any conclusion or information obtained or derived from such electronic iiles
will be at the user's sole risk. If there is a discrepancy between the electronic files 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 resultin�
from the use of software application packages, operating systems, or computer hardware
differin� from those used by the data's creator.
ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AN� PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFEREN�E POINTS
4.01 Availability ofLancls
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general applicarion 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 chan�es in existing faci?�ities.
l. The City has obtained or anticipates acquisition of and/or access to ri�ht-of-way, and/or
easements. Any outstanding right-of-way and/or easer�ents 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 easemen�s.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of urilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Cond=tions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstandin�
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 1
00 72 00- 13
GENERAL CONDITIONS
Page ] 2 of 62
G 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 Subsa.�rface aizd Physical Conclitiotzs
A. Reports aTzcl Drawiizgs: 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. Lii�zited Reliaizce by Contractor oiz Technical Data Az�thorized: 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:
l. 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 safery 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 D fferilz� Subsui face or Physical Coriclitioias
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
l. 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 worlc of the character provided for in the Contract
Documents;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 20l I
00 72 00- 13
GENERAL CONDITIONS
Paoe 13 of 62
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or perfornun� 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 Adjust�neJ�ts
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
l. 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 �een discovered or revealed as a result
of the examination of the Contract Documents or the S'.te; or
3. Contractor failed to give the written notice as required �y Para�raph 4.03.A.
4.04 U�idergarouncl Facilities
A. Shown or Inc�icatecl: 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, inciudin� City, or by others. Unless it is otherwise expressly provided in the
Supplementary Conditions:
l. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in th� Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underb ound Facilities shown or indic�ted in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, durin� construction; and
d. the safety and protection of all such Underground Facilities and repairing any dama�e
thereto resulting from the Work.
B. Not Shown or Inclicatec�.•
l. If an Underb ound 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, Con.ractor shall, promptly after becoming
aware thereof and before further disturbing conditior_s affected thereby or performing any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, ZO1 I
00 72 00 - 14
GENERAL CONDITIONS
Page 14 of 62
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 inciude notification of all
utility companies a minimum of 48 hours in advance of consnuction including exploratory
excavation if necessary.
4.05 Refereface 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 properly
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
properiy 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 empioyees, the full
cost for replacing such points plus 25% will be charged against the Contractor, and the full
amount wiil be deducted from payment due the Contractor.
4.06 Ha�a�clous E�zvironn�eiztal Conditiolz at Site
A. Reports ancl 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. Limitecl Reliance by Contractor o�z 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:
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]TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
007200-IS
GENERAL• CONDITIONS
Page 15 of 62
construction to be employed by Contractor and safe� precautions and pro�rams 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 e�rom 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 Lrawings or Specifications or identified
in the Contract Documents to be within the scope of the VVork. 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
Paragraph 617.A); and (iii) notify City (and promptly the�-eafter confirm such notice in writin�).
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 cor:dition 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 Wor:c 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 fitllest extent pe�nittecl by Laws ancl Reb -ilations, Co��tractoT- shall indefnnify and holcl
haf-�zless Ciry, fy'o»z a��d against all claii�zs, costs, losses, ancl clamages (ii�cla�cling but not limited
to all fees ancl chaYges of engiJzeers, architects, czttoJ��eys, and otl�er pYofessio�zals ancl all couYt
oY arbitration or other dispzate resolution costs) a��isin� out of o�� ��elatiiig to a Haza��dous
EnviYOJzmental Corzc�ition createc� by Conti�czctor or by anyone for whom Contractoi� is
��esponsible. Nothing in this PaYab aph 4.06. G shall �bligate ContYactor to inclei�znify any
inclividual or entity fi-om and against the conseqzcences of thc�t individual's or efztity's own
negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do no� apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - 16
GENERAL CONDITIONS
Page 16 of 62
ARTICLE 5— BONDS AND INSURANCE
5.01 Licensecl Sureties ancl Insu��er�s
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 Perfoi�na�ice, Payment, and Maintetaance 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 Conh-actor'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 described 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 prescribed by the Contract Documents except as provided
otherwise by Laws or Reb lations, 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 oflnsui�ance
Contractor shali deliver to City, with copies to each additional insured and loss payee identified in
the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested
by City or any other additional insured) which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUNtENTS
Revised: November 9, 2011
00 72 00 - 17
GENERAL CONDITIONS
Paoe 17 of 62
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 sib ed by an agent authorized to bind covera�e on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Properly & Casualty Guide
4. The insurers for ali policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, ali 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 Ma7agement. If the ratin� 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 insu�ed 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 covera�e.
�. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary 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 ajreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance covera�e shall
be maintained for the duration of the Contract anc� for three (3) years followin� Final
Acceptance provided under the Contract Documents ar for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the Ciry shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of covera�e, nor decrease the limits of said covera�e 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 Ciry desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional covera�e 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
007200-]8
GENERAL CONDITIONS
Page i S of 62
lieu of traditionai 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
modiiications 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.
5.04 Cont�^actor's bzsu�^ance
A. WorkeYs CoinpenscctioTz ancl E�nploye��s' 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:
l. claims under workers' compensation, disability benefits, and other similar employee beneiit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
- B. Coi�ameT^cial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or properiy 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS
Revised: November 9, 301 1
00 72 00 - 19
GENERAL CONDITIONS
PaQe 19 of 62
insurance or self-insurance prob ams afforded to the City. The Commercial General Liabiliry
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal inj�ary, 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 projec� (if identiiied in the Suppiementary
Conditions).
C. Automobile Liabiliry. A commercial business auto policy shall provide covera�e on "any auto",
defined as autos owned, hired and non-owned and provide indemnity for claims for dama�es
because bodily injury or death of any person and or property damage arisin� out of the work,
maintenance or use of any motor vehicle by the Contracto��, any Subcontractor ar Supplier, or by
anyone directly or indirectiy employed by any of them to perforxn any of the Work, or by anyone
for whose acts any of them may be liable.
D. Railroacl Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply wit'� the requirements identified in the
Suppiementary Conditions.
E. Notifzcation 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 Acceptcznce of Bonds anc� InsuYance; Optioiz to Replace
If City has any objection to the coverage afforded by or othe�- 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
shail 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 ail 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 maintai�� prior to any chan�e in the required
coverage.
ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES
6.01 Supervisio�z and Superi�zteizdence
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 7? 00 - 20
GENERAL CONDITIONS
Page 20 of 62
B. At all times during the progress of the Worl<, 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 Laboi ; Workiiag 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, MateYials, and Equipinent
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, toois, 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 complerion 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 sha11 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 1
00 72 00-21
GENERAL CONDITIONS
PaQe 31 of 63
C. All materials and equipment to be incorporated into the Work shali be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditio�ied in accordance with instructions of
the applicabie 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 Piroject 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 t:me to time as provided below.
l. Contractor shall submit to City for acceptance (to the extent indicated in Para�raph 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 O1 32 16.
3. Proposed adjustments in the Project Schedule that w?11 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 Substitz�tes alzd "Or-Equc�ls "
A. Whenever an item of material or equipment is specified or described 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.
"OY-Eqzcal " Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionaliy 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 "ar-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 ali of the requirements for approval of
proposed substitute items. For the purposes of this Para�raph 6.OS.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 73 00-22
GENERAL CONDITIONS
Page 22 o f 62
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. Satbstita�te Ite�7�s:
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.OS.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 Ol 25 00 and:
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 final 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;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFtCAT[ON DOCUMENTS
Revised: November 9, 2011
00 72 00 - 23
GENERAL CONDITIONS
Page ?3 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, includin� costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitzcte Construction Methods or Proceclures: If a speciiic 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 Para�raph S.OS.A.2.
C. City's Evalz�ation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.�S.A and 6.OS.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole jud�e of
acceptability. No "or-equal" or substitute will be ordered, �nstalled or utilized until City's review
is complete, which will be evidenced by a Chan�e 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 Guaralztee: City may require Contractor to furr_ish at Contractor's expense a special
performance b arantee, warranty, or other surety with respect to any substitute. Contj�ccctoi� shall
ii�dem�zify ancl hold harmless City ai�d anyone directly or inclirectly employed by them filoin and
against any and all clainzs, damages, losses ancl expe�zses (iizcluc�ing atto��eys fees) a��isi�zg ozct
of the a�se of sz�bstituted materials o�� equipment.
E. City's Cost ReimbuYsement: City will record City's costs in evaluatin� a substitute proposed or
submitted by Contractor pursuant to Para�raphs 6.OS.A2 and 6.OS.B. Whether or not City
approves a substitute so proposed or submitted by Cont_actor, Contractor may be required to
reimburse City for evaluating each such proposed subsritute. 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) resultin� from the acceptance of each proposed
substitute.
F. Contractor's Expense: Contractor shaii provide all data ir support of any proposed substitute or
"or-equal" at Contractor's expense.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00-24
GENERA� CONDITIONS
Page 24 of 62
G. Ciry Sz�bstitute ReimbursemeTat: Costs (savings or charges) ariributable to acceptance of a
substitute shall be incorporated to the Contract by Change Order.
H. Time ExteJasions: No additional time will be granted for substitutions.
6.06 Concef�niTzg Sz-�bcontYactors, Suppliers, and Othe��s
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 aizd Wo�neiz Owized Bz�siness Enterp��ise Coinpliance: It is City policy to ensure the full
and equitable participation by Minority and Women Business Enterprises (MWBE) in the
procurement of goods and services on a contractual basis. If the Contract Documents provide for
a MWBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance
(as amended) by the foilowing:
1. Contractor shall, upon request by City, provide complete and accurate information re�arding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accardance 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 files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. 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 disqualiiication 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:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 I
00 �� oo - ?s
GENERAL CONDITIONS
PaQe 2� of 62
1. shall create for the benefit of any such Subcontractor, Suppiier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obiigation on the part of City to pay o. to see to the payment of any moneys
due any such Subcontractor, Supplier, or other indivicual or entity except as may otherwise
be required by Laws and Regulations.
F. Contractor shali be solely responsible for schedulirg and coordinating the Wark of
Subcontractors, Suppliers, and other individuals or entities performing or furnishin� any of the
Work under a direct or indirect contract with Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities perforn�ing 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. Dury to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), inc�uding the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wa�e rates in
accordance with Chapter 2258. Such prevailin� wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wa�e
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 pai� less than the prevailin� wage rates
stipulated in these contract documents. This penalty sha11 be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complai�its of Violcztioizs and City Deter�niization of Go�c� Cc�use. On receipt of info�nation,
including a complaint by a worker, concerning an a�le�ed violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractar, the City shall make an initial
determination, before the 31 st 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 Co.ztractor 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 wa�e rates, such amounts
being subtracted from successive progress payments pendin� a final determination of the
violation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - 26
GENERAL CONDITIONS
Page 26 of 62
D. Arbitration Required if Violatioia Not Resolvecl. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the Ciry or an affected
worker, shali 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 resoive the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Parab aph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the llth 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. Reco�^ds 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, Ri�ht
to Audit, shall pertain to this inspection.
F. PTrob �ess PaymeTzts. 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. PostiTzg of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. SzabcoTztractoY Co�lzplia�zce. 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 anc� Royalties
A. Contractor shall pay ali 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, desib , 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 royalties to others.
B. To the ficllest extent permitted by Laws and Regulations, Contractor shall indemn� ancl hold
harmless City, fYom and agczinst all claims, costs, losses, and damages (inclziding bact not limited
to all fees and charges of eTzgineeYs, aYchitects, attorneys, and other professionals and all couYt
or m�bitration oY otheY dispzcte Yesolutio�z costs) arising out of or relatiizg to any infYingemeizt of
patent ��ights or- copyrights incident to the use in the performance of the WoYk oY i�esultii�g fi^om
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 1
00 �� oo - ?�
GENERAL CONDITIONS
Page 27 of 62
the incorpoYation in the Work of any invention, clesio , process, product, o�� device not specifzecl
in the Contract Documents.
6.09 Permits and Utilities
A. Co�2tractor obtaiizecl pen��its and licenses. Contractor sh�ll obtain and pay for all construction
permits and licenses except those provided for in the S�applementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, �n obtaining such pernuts and licenses.
Contractor shall pay all governmental char�es and inspection fees necessary for the prosecution
of the Work which are applicabie at the time of openin� cf Bids, or, if there are no Bids, on the
Effective Date of the Ab eement, except for permits provided by the City as specified in 6.09.B.
City shall pay ail charges of utility owners for connections for providin� permanent service to the
Work.
B. City obtained peYnzits and licenses. City will obtain and pay for all permits and licenses as
provided for in the Suppiementary Conditions or Contract Documents. It wili be the Contractar'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 re�ulatory a�ency. The City will not reimburse
the Contractor for any cost associated with these requirerrsents of any City acquired permit. The
following are peimits 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 Pernuts
C. Oz�tstancli�zg perinits and licenses. The City anticipates a�quisition of and/or access to permits
and licenses. Any outstandin� permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditio�s. The Project Schedule submitted by
the Contractor in accordance with the Contract Docur_Zents must consider any outstanding
pernuts and licenses.
6.10 Laws and Reo �lations
A. Contractor shall give all notices required by and shall comply with all Laws and Re�ulations
applicable to the performance of the Work. Except wllere 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 havin� 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, att�rneys, and other professionals and all
CITY OF FORT WORTH
ST,ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00-28
GENERAL CONDITIONS
Page ZS of 62
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. ll 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 .Ol l, 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 7871 l; or
2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html
6.12 Use of Site ancl Other A�-eas
A. Limitation on Use of Site aizcl OtheY Ai�eas:
l. Contractor shall confine 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 finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 1
00 72 00 - 29
GENERAL CONDITIONS
Page 29 of 62
3. Shouid any Damage Ciaim 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 Parab aph 6.21, ContractoT� shall iizcle�nnify a�zd I�olcl harnzless City, fYom c�nd
against all claims, costs, losses, and damages arising 011i Of OY 1-elating to any claitn oJ�
action, legal oY equitable, br�ought by any suc12 owner cr occiipant against City.
B. Removal of Debris Dzcring PeYfonnance of t1�e Woi�k: During the prob ess of the Work
Contractor shall keep the Site and other areas free froin accumulations of waste materials,
rubbish, and other debris. Removal and disposal of suc�1 waste materials, rubbish, and other
debris shall conform to applicabie Laws and Re�ulations.
C. Site Maintenance Clea��ing: 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 Contractar
fails to correct the unsatisfactory procedure, the City mGy 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. Fi��al Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent properly owner. At the completion
of the Work Contractor shall remove from the Site all tools, appiiances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loadiizg Structures: Contractor shail 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 endan�er it.
6.13 Recorci Documents
A. Contractor shali maintain in a safe place at the Site or in a-�lace desib ated 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 clarifcations in good arder and annotated to
show changes made during construction. These record cocuments together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Fina1 Inspection. Contractor shall include
accurate locations for buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible for initiatin�, m�intaining and supervising all safety
precautions and prob ams 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
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS
Revised: November 9, 201 1
00 72 00-30
GENERA� CONDITIONS
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 Reb lations 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 urility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their properly.
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 614.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directiy or indirectiy 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 Safety Represeiztative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
6.16 Hazard Com�na�nication P�rob �ams
__ _ Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Reb lations.
6.17 Emergencies 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[TY OF FORT WORTH
STANDARD CONSTRUCTION SPECiFiCATION DOCUMENTS
Revised: November 9. 201 l
00 72 00-31
GENERAL CONDITIONS
Page 3 ] oti 62
changes in the Work or variarions from the Contract Doctunents have been caused thereby or are
required as a result thereof. If City determines that a ciange in the Contract Documents is
required because of the action taken by Contractor in response to such an emer�ency, a Change
Order may be issued.
B. Should the Contractor fail to respond to a request from �he City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall �ive the Contractor written notice that such work or changes are to be performed.
The written notice shali direct attention to the discrepant c�ndition 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 takin� the proper action,
within 24 hours, fl7e 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 Sttbmittczls
A. Contractor shall submit required Submittals to City for �-eview and acceptance in accordance
with the accepted Schedule of Submittals (as required by P'aragraph 2.07). Each submittal will be
identified as City may require.
1. Submit number of copies speciiied in the General ReqL.irements.
2. Data shown on the Submittals wiii be complete w�th 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 require3 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 shcwing the installarion in b eater detail,
their review shall not excuse Contractor from requv-ements 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - 32
GENERAL CONDITIONS
Pa�e 3? of 62
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Worlc 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 acceptance
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 O1 33 00 and City has given written acceptance of each
such variation by speciiic 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 Continz�ing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during ali 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 Coiztracto��'s Geizerczl War-ranty a�ad Guai^aratee
_ 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 b arantee.
B. Contractor's warranty and b arantee 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
C(TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - 33
GENERAL CONDITIONS
Pa�e 33 of 62
2. normal wear and tear under normal usage.
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 obli�ation to perform
the Work in accordance with the Contract Documents:
l. observations by City;
2. recommendation or payment by City of any pro�ress or fmal payment;
the issuance of a certificate of Final Acceptance by City ar any payment related thereto by
City;
4. use or occupancy of the Wark 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 dama�es in :he Work and pay for any dama�e 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 � lon�er 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.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, holc� harmless and defend, at its own
expense, the City, its officers, servants and employees, �rom and against any and all claims
arising out of, or alleged to arise out of, the work ai�d services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PROVISION I� 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, in�emnity for costs, expenses and legal
fees incurred by the City in defending against such clairns and causes of actions.
B. Contractor covenants and agrees to indemnify and ho�d harmless, at its own expense, the
City, its officers, servants and employees, from and �gainst any and all loss, damage or
destruction of property of the City, arising out of, or �Ileged to arise out of, the work and
services to be performed by the Contractor, its officer�, agents, employees, subcontractors,
licensees or invitees under this Contract. THIS IN�EMNIFICATION PROVISION IS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - 34
GENERAL CONDITIONS
Page 34 of 62
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 W�IOLE OR IN PART BY ANY ACT OMISSION OR
NEGLIGENCE OF THE CITY.
6?2 Delegation ofProfessional Desia z Ser-vices
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 carry out 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 professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work desib ed or certified by
such professional, 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 622, 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
desib 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.
623 Right to Audit
A. The Contractor agrees that the City shall, untii the expiration of three (3) years after fmal
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 shall, untii 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 Ciry shall have access during Regular Woricing Hours to all
CITY OF FORT WORTH
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMEM'S
Revised: November 9, 201 I
007200-3�
GENERAL CONDITIONS
Page 3� oi� 62
Subcontractor facilities, and shall be provided adequate a�d appropriate work space in order to
conduct audits in compliance with the provisions of �his Para�raph. 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 Adininistrative Code in effect as of the time copying is performed.
6.24 Nonc�iscYiminatioiz
A. The City is responsibie for operating Public Transportaticn Pro�rams and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Deparhnent of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States o� the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amenc�ed: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Sup�lementary 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 startinj 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 performin� 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 patchin� of
the Work that may be required to properly connect or atherwise 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 alterin� such work; provided, however, that
Contractor may cut or alter others' wark 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 sl=�ch other work and promptly report to
City in writing any delays, defects, or deficiencies in sucEl 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 inte�ration with
Contractor's Work except for latent defects in the work provided by others.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - 36
GENERAL CONDITIONS
Pa�e 36 of 62
7.02 Coorclination
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 responsibiliry 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 Coinmaaiaicatioizs to Coizt�actoi�
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 Wheiz Dzce
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands aizd Easements; Reports and Tests
City's duties with respect to providing lands and easements 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 contib ous to the Site that have been utilized by City in preparing the Contract
---- Documents.
������ 8.05 Chaizge Ordei�s
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 bzspections, Tests, ancl Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Para�raph
13.03.
CITY OF FORT WORTH
---- STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00-37
GENERAL CONDITIONS
Pa�e 37 of 62
8.07 Li»2itations on Ciry's Responsibilities
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 Re�ulations 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 p�rsuant to Paragraph 6.14.
8.08 Undisclosed Ha�ardous Environtnentctl Conclitioiz
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Co�npliance with Safery Prob am
While at the Site, City's employees and representatives shal� comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Parab aph 6.14.
ARTICLE 9— CITY'S OBSERVATION STATUS DURING C01�7STRUCTION
9.01 City's Project Representc�tive
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative durin� construction are
set forth in the Contract Documents. The Project Representative(s) will be as provided in the
Supplementary Conditions.
9.02 Visits to Site
A. City's Project Representative will make visits to the Site at intervals appropriate to the vanous
sta�es of construction as City deems necessary in order �o 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 observatior_s, City's Project Representative will
determine, in general, if the Work is proceedin� in acco�dance with the Contract Documents.
Ciry's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. �ity's Project Representative's efforts
will be directed toward providin� City a greater de�ree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative'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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 I
oo�zoo-3s
GENERA� CONDITIONS
Page 38 of 62
9.03 Aa�tho��ized I/ai�iatioJzs i�� Work
City's Project Representative may authorize minor variations 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 Representative 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 desib 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 Pei formecl
Contractor will deterxnine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be fmal (except as modified to
reflect changed factual conditions or more accurate data).
9.06 Decisions oiz RequiYe�neizts of Contract Doca��nents aizd Acceptability of Work
A. City will be the initiai interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Worlc 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 AitthoYi�ed Changes iiz the Wo��k
____ 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
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS
Revised: November 9, 301 1
00 72 00-39
GENERAL CONDITIONS
Pa�e 39 of 62
10.02 UJzautlzori�ed Changes in the Work
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 req�ired by the Contract Documents as
amended, modified, or supplemented as provided in ParaQraph 3.04, except in the case of an
emer�ency as provided in Paragraph 6.17.
10.03 Execution of Clzange OrdeYs
A. City and Contractor shall execute appropriate Chan�e Orders coverin�:
1. changes in the Work which are: (i) ordered by City pursuant to Paragraph lO.Ol.A, (ii)
required because of acceptance of defective Work under Paragraph 13.08 or City's correction
of defective Work under Para�raph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are a�reed to by the parties, includin�
any undisputed sum or amount of time for Work actually performed.
10.04 ExtYa 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 C�ntractor shall proceed with the work
after making written request for written orders and shal? keep accurate account of the actual
reasonable cost thereof. Contract Claims regarding Ext�ra Work shall be made pursuant to
Parab aph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
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 a�reed 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 chan�ed or unchan�ed work as a resalt 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 chan�e affecting the
general scope of the Work or the provisions of the Contract �ocuments (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 chan�e.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCllMENTS
Revised: November 9, 2011
00 72 00 - 40
GENERAL CONDITIONS
Pa�e 40 of 62
10.06 Coi�tYact Clai�ns Pi�ocess
A. City's Decisio�z Reqzcii�ecl: 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 shali 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 Parab aph 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 submittai (unless Contract allows additional time).
C. Ciry's Actioiz: 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 I
00 72 00-41
GENERAL CONDITIONS
Page 41 of 6?
D. City's written action under Parab aph 10.06.0 will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set for�h in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price �r 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 Wo�^k
A. Costs Inclzcclecl.• The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.O1.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.O1.B, and shall
include but not be limited to the followin� items:
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 inciude, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for emi�loyees 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 benefi�s, 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 Re�ular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by Ciry.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and stora�e 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 a�reements approved by City, and the
costs of transportation, loading, unloadin�, assembly, dismantlin�, and removal thereof. All
such costs shall be in accordance with the terms of sa�d rental a�reements. 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 CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - 42
GENERAL CONDITIONS
Page 42 of 62
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 in
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, travel, 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 properiy 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
Reb lations.
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, fuel, 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.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPEC(FICATION DOCUMENTS
Revised: November 9, 201 1
00 72 00-43
GENERAL CONDITIONS
Pa�e 43 of 62
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Exclzided: The term Cost of the Work shall not inclu�e any of the following items:
l. Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnerships and sole proprietorships), �eneral managers, safety managers, en�ineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contractin� agents,
expediters, timekeepers, clerks, and other personnel er�ployed by Contractor, whether at the
Site or in Contractor's principal or branch office for general administration of the Work and
not specificaliy included in the agreed upon schedul� of job classifications refened to in
Paragraph 11.Ol.A.l or specifically covered by Para�saph 11.O1.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 char�es against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcon�actor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, includin� 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 �eneral expense costs of any kind.
C. Contractor's Fee: When ali the Work is performed on tlie 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 Para�raph 12.O1.C.
D. Docz�me��tation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.O1.A and 11.O1.B, Contractor will estahlish 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. Specifzed 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-bic�Allowances:
l. Contractor agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 �� oo - a-�
GENERAL CONDITIONS
Page � of 62
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 ali appiicable taxes; and
b. Contractor's costs for unloading and handling on the Site, labor, installarion, 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 wili be valid.
C. Coiztingency 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 wili be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 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 b aranteed 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 shali 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 i£
l. the quantity of any item of Unit Price Work performed by Contractor differs materially and
si�nificantly 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. Increasec� or Decreased Ouantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
1. If the changes in quanrities 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
price.
CITY OF FORT WORTH
STANDARD COI�STRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - 4�
GENERAL CONDITIONS
Pa�e 4> of 62
If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
If no unit prices exist, this will be considered Extra W ork and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A signiiicant change in the character of work occurs wnen:
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% frozn the original Contract quantity.
5. When the quantity of work to be done under any M�jar Item of the Contract is more than
125% of the original quantity stated in the Contract, then either pariy to the Contract may
request an adjustment to the unit price on the portion o_'�the work that is above 125%.
6. When the quantity of work to be done under any Majo� Item of the Contract is less than 75%
of the original quantity stated in the Contract, then ei4her party to the Contract may request
an adjustment to the unit price.
11.04 Plans Ouantity Measzirei�zei�t
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 Pay�nent 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 provic�e 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 Chan�e 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 chan�e, 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 a;ree in writing to fix the final quantiry as a plans
quantity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 20I I
00 72 00 - 46
GENERAL CONDITIONS
Page 46 of 62
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 Chaiz�e 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 deternuned 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 ll.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 riot necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the rime 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.O1.B.2, on the
basis of the Cost of the Work (determined as provided in Para�raph 11.01) plus a
Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.C).
G Co�ztractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed 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.Ol.A.I, 11.O1.A.2. and 11.O1.A3, 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.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be
five percent (5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and
12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH
STANDARD CONSTRUCI'ION SPECIFICATION DOCUMENTS
Revised: November 9, ZO 1 1
00 72 00 - 47
GENERAL CONDITIONS
Page 47 of 62
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five perce�t (5%) of the amount paid to the next
lower tier Subcontractor, however in no case sl�all the cumulative total of fees paid be
in excess of 25%;
no fee shall be payable on the basis of costs item:zed under Paragraphs 11.O1.A.6, and
11.O1.B;
d. the amount of credit to be allowed by Contractor to City for any chan�e 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 eqr:al to five percent (5%) of such net
decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Chan�e Order.
B. No extension of the Contract Time will be allowed for Eztra Work or for claimed delay unless
the Extra Work contemplated ar claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Metl�od analysis how the Extra Work or
claimed delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performa�ce 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 srall include, but not be limited to, acts
or neglect by City, acts or neglect of utility owners or othe: contractars performing other work as
contempiated 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 Conn-act Price or Contract Time for delays
within the control of Contractor. Delays attributable to an� within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shali receive no compensation for delays o� hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 20l l
00 �� oo - �s
GENERAL CONDITIONS
PaQe 4S of 62
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice ofDefects
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 WoYk
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 aizd 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 Work (or part thereo fl 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 approval; excepting, however, those fees specifically identiiied in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
G 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"faii", "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
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS
Revised: November 9, 201 1
00 72 00 - 49
GENERAL CONDITIONS
Page 49 of 6?
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 no� 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 Para�raph 13.03.E shall �e at Contractor's expense.
G. Contractor shall have the right to make a Contract Claim re�arding any retest or invoice issued
under Section 13.03 D.
13.04 Uizcove��ing WoYk
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 Wark be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available
for observation, inspecrion, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and equipment.
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 en�ineers, architects,
attorneys, and other professionals and all court or other dispute resolution costs) arising out
of ar relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in
accordance with Paragraph 13.08 in which case Cont�actor 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, directiy attributable to
such uncovering, exposure, observation, inspection, testin�, replacement, and reconstruction.
13.05 City May Stop the 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 Coniractor to stop t�ie Work, ar any portion thereof, until
the cause for such arder has been eliminated; however, this r�ght of City to stop the Work sha11 not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
C[TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9. 2011
00 72 00-50
GENERAL CONDITIONS
Pa�e i0 of 62
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, instalied, 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 Cor�ection 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
Worl< corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (includin� 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.
CTTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 I
00 72 00-51
GENERAL CONDITIONS
Page � 1 of 62
C. In special circumstances where a particular item of equipment is placed in continuous service
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 resul�.in� therefrom) has been corrected or
removed and replaced under this Paraa aph 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 �n addition to any other obligation or
warranty. The provisions of this Para�raph 13.07 shall no;: be construed as a substitute for, or a
waiver of, the provisions of any applicable statute of limita�ion or repose.
13.08 Acceptai�ce ofDefective WoYk
If, instead of requiring correction or removal and replaceme�t of defective Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, cos�s, losses, and damages (includin� 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
accept 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 Chan�e Order will be
issued incorporating the necessary revisions in the Contract �ocuments 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 Correct Defective Woi^k
A. If Contractor fails within a reasonable time after written notice from City to conect 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, o- 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 o_`� all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stared 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 Sit� to enable City to exercise the ri�hts
and remedies under this Para?raph.
C. All claims, costs, losses, and dama�es (including but not limited to all fees and char�es of
engineers, architects, attorneys, and other professionals ar_d all court or other dispute resolution
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - �Z
GENERAL CONDITIONS
Page �2 of 62
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 Scheclule of Tlalues
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 Applicarion for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 P�-ogress Payments
A. Applicc�tions 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 Appiication 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 writin�, the
Application for Payment sha11 also be accompanied by a biil 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
Worlc 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 stipulated in the
Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEC[FICATION DOCUN[ENTS
Revised: November 9, 2011
007200-�3
GENERAL CONDITIONS
Page �3 of 62
B. Review ofApplications:
1. City will, after receipt of each Application for P�yment, either indicate in writing a
recommendation of payment or return the Applicatio�i to Contractor indicatin� 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 Wark, and on �ity's review of the Application for
Payment and the accompanying data and schedules, thGt to the best of City's knowled�e:
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 functionin� whole prior to or upon Final Acceptance,
the results of any subsequent tests called for in the Contract Documents, a final
deternunation of quantities and classifications for Work performed under Paragraph 9.05,
and any other qualifications stated in the recommerdation).
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 e�austive, extended to eve±-y aspect of the Work in pro�ress, 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 tlze parties that might entitle Contractor
to be paid additionaily by City or entitle City to withhold payment to Contractor, or
c. Contractor has complied with Laws and Rebulations 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 resuits of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect Ciry from
loss because:
a. the Work is defective, or the completed Work has €�een dama�ed by the Contractor or his
subcontractars, 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 accozdance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00 - >4
GENERAL CONDITIONS
Page 54 of 62
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage.•
l. 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. Liquiclatec� Da�nages. 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
deducted from the monies due the Contractor, not as a penalty, but as liquidated damages
suffered by the City.
E. Payineizt.• Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Docuinents.
� �� F. Recla.�ction i�i Payinent:
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 knowledge 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 Warraizty 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, ZO l 1
00 �z aa - ss
GENERAL CONDITIONS
Pa�e» of 62
14.04 Pa��tial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functionin� and usable part of the Work that can be
used by City for its intended purpose without s�ani�icant interference with Contractor's
performance of the remainder of the Work. City at any tirle may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready far its
intended use, subject to the foliowing 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.OS.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 �nlork to be substantially complete, City
will notify Contractor in writing �iving the reasons the� efor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Finallnspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writin� of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall �mmediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
B. No time charge wili be made against the Contractor between said date of notification of the City
and the date of Final Inspection. Should the City determine that the Work is not ready for Final
Inspection, City will notify the Contractor in writin� o� the reasons and Contract Time will
resume.
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, ZO 11
00 72 00 - 56
GENERAL CONDITIONS
Pa�e >6 of 62
14.07 Fiizal Pay�neizt
A. Application for Payineizt:
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 Para;raph 5.03;
b. consent of the surety, if any, to final 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. Payinent Becomes Dzce:
l. 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 resoived:
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 specifcally continue
thereafter.
14.08 Fii�al Completion Delayed and Partial Retainage Release
A. If finai completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's imal 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
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS
Revised: November 9, 201 1
007200-�7
GENERAL CONDITIONS
Pa�e �7 of 62
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
�overning fmal payment, except that it shall not constitute a waiver of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate ve�etative establishment
and maintenance, and test and performance periods failowin� 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 submittals and final quantities must be com��leted and accepted for all other work.
An amount sufficient to ensure Contract compliance will bv retained.
14.09 Wc�ive�� of Claims
The acceptance of final payment will constitute a release �f the City from all claims or liabilities
under the Contract for anything done or furnished or relatin� 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 TERMINATIOT�i
15.01 City Mc�y Suspenc� WoY�
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 wi:l 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 ne�ligence of the Cont=-actor, and should it be determined by
mutual consent of the Contractor and City that a solution `�o 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 dama�e or
deterioration of the work performed; he shall provide suitcble draina�e about the work, and erect
temporary stxuchues where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returnin� the
necessary equipment to the job when it is determined %y the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of movin� 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 WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 �z oo - ss
GENERAL CONDITIONS
Page �8 of 62
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of
limitation, may justify ternunation for cause:
l. 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
Para�raph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere
to the City's MWBE ordinance established under Paragraph 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 ar bankrupt, or otherwise
financially 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
perfonn the Work.
2. If Contractor's services are ternunated, 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
CITY OF FORT WORTH
STANDARD CONSTRUCTfON SPECIF[CATION DOCUMENTS
Revised: November 9, 201 1
00 72 00-59
GENERA� CONDITIONS
Page 59 of 62
obligations, then City, without process or action at l�w, 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 Con=�ractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contrac'�or shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price
exceeds all claims, costs, losses and damages sustained by City arisin� out of or resulting
from completing the Work, such excess will be paic to Contractor. If such claims, costs,
losses and damages exceed such 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 cornpleting �he Contract, shall not forfeit the ri�ht
to recover damages from Contractor or Surety for Cortractor'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 compieting 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 ar any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Parab aphs 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 a�ainst 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 srall not supersede the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 1
00 72 00-60
GENERAL CONDITIONS
Pa�e 60 of 62
15.03 City Mcay Ter�niiiate Fo�� Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, ternunate 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 speci�ed 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 previousiy disposed of, exclusive of items the disposition of
which has been directed or authorized by City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 72 00-61
GENERAL CONDITIONS
PaQe 61 of 62
D. Not later than 15 days thereafter, the City shall accept tit_e to such items provided, that the list
submitted shall be subject to verification by the City upo11 removal of the items or, if the items
are stored, within 45 days from the date of submission of �he list, and any necessary adjustments
to correct the list as submitted, shall be made prior to fmal 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 prescribed by the City. Uniess an
extension is made in writin� within such 60 day period �y the Contractor, and �ranted by the
City, any and all such claims shall be conciusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accardance 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 te�-mination in performing services and
furnishing labar, 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 a�ree 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 arisin� out of or
resulting from such termination.
ARTICLE 16 — DISPUTE RESOLUTION
16.01 Methocls and Pi�oceclures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes fmal and binding. The request for
mediation shall be submitted to the other parly to the Contract. Timely submission of the request
shall stay the effect of Paragraph 10.06.E.
B. City and Contractor shail participate in the mediation process in good faith. The process shall be
commenced within 60 days of iiling of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Para�raph 10.06.0 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:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: Novembec 9, 2011
00 72 00-62
GENERAI. CONDITIONS
Page 62 of 62
l. elects in writing to invoke any other dispute resolution process provided for in 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 pariy 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 lcnown 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 Computatioiz of Times
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 Remeclies
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 Reb lations, by special warranty or b arantee, 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 201 I
00 72 00-63
GENERAL CONDITIONS
Page 63 of 62
17.04 Sui-vival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or �iven in
accordance with the Contract Documents, as well as all ccntinuin� obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Hec�c�ings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised: November 9, 2011
00 73 00 - I
SUPPLEMENTARY CONDITIONS
Page I of �
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Suppiementary 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 fuit force and effect.
Defined Terms
The tenns used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the Generai 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 DocumenCs.
SC-3.03B.2, "Resolving Discrepancies"
Plans govern over Specifications and Specifications shall govern over standard details.
SC-4.OlA
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.O1A.1., "Availability of Lands"
The following is a list of known outstanding ri;ht-of-way, and/or easements to be acquired, if any as of
April 1, 20/3.
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
None
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 differins easement line locations.
CITY OF FORT WORTH Village Geek WRF Gravity Belt Thickener Addition
STANDARD CONSTRUCTtON SPECIFICATION DOCUMENTS Ciry Prqject No. 01347
Revised April, 2013 H&S Pro,ject No.60000-000
007300-2
SUPPLEMENTARY CONDITIONS
Page 2 of �
SC-4.OIA.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 ofApril l, 20/3
EXPECTED UTILITY AND LOCATION
OWNER
NONE
TARGET DATE 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:
None
The following are drawin�s of physical conditions in or relatin? to existing surface and subsurface
structures (except Underground Facilities) which are at or conti�uous to the site ofthe Work:
None
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-5.03A., "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, P.C.
(3) Other: None
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GG5.04 shall provide the following
coverages for not less than the followin� amounts or greater where required by laws and re�ulations:
5.04A. Workers' Compensation, under Para�raph GG5.04A.
Stan�to�y li�nits
En�ap/oyer•'s liability
$100,000 each acciderst/occtu�re��ce
�! 00, 000 Disecrse - encli employee
�'S00, 000 Disease - policy linTit
CITY OF FORT WORTH Village Creek WRF Gravity Belt Thickener Addition
STANDARD CONSTRUCTION SPECIFIGATION DOCUMENTS City Project No. O1S47
Revised April, 2013 H&S Pro,ject No.60000-000
007300-3
SUPPLEMENTARY CONDITIONS
Page 3 of �
SC-5.04B., "Contractor's Insut•ance"
5.045. 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 enchoccurrerice
�2, 000.000 aggr•egate lii��it
The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) 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 of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Para�-aph GC-5.04C. Contractor's Liability Insurance under
Para;raph GC-5.04C., which shall be in an amount not less than the followin� amounts:
(1) 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 if limits are at
least:
�?�0,000 Bo�lily Inj�iry perperson /
�500,000 Bodilvlrja��.ype�accident/
$100,000 Property Danaage
SC-5.04D., "Contractor's insurance"
The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks :
None
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 whatsoever in fl1e 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 satisfy itself as to the requirements of each railroad company and be prepared to execute
the 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 crossinQ said railroad company's
properties. �
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 coi�tinues for so lon� as the Contraetor's operations and work cross,
occupy, or touch railroad property:
( i ) General Aggregate:
(2) Each Occurrenee:
Rec��rired for t6iis Cofitract
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April, 2013
S'Confinn Li��iits with Railfroatf
$Confirm Li»�its witli Railrond
X Not reqttired_for ihis Co�ztf•act
Village Creek WRF Gravity Belt Thickener Addition
City Project No. Ol S47
H&S Pro,ject No.60000-000
007300-4
SUPPLEMENTARY CONDITIONS
Page 4 of �
With respect to the above outlined insurance requirements, the following shall �overn:
l. Where a sin�le railroad company is involved, the Contractor shail provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at-o ade
crossing is affected by the Project at entirely separate locatior.s 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 ri�hts-of-way, the Contractor
may be required to provide separate insurance policies in the na;ne 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-
�rade crossing, insurance covera�e for this work must be included in the policy covering the �rade
separation.
4. tf no �rade 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 sin�le policy for that railroad, even thou�h 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 origina] 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 prioi• to the Contractoi-'s beginning worl;.
The insurance specified above must be carried until all Work to be performed on the railroad ri�ht-of-way
has been completed and the b ade crossing, if any, is no lon�er used by tlle 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 shall be tier 3 for the project.
SC-6.0'7., "Wage Rates"
The followin� is the prevailing wa�e rate table(s) applicable to this project and is provided in the
Appendixes:
• Wage Rates Approved on July 8, 2008
SG6.09., "Permits and Utilities"
SC-6.09A., "Contractor obtained permits and licenses"
The foilowing are known permits and/or licenses required by the Contract to be acquired by the Contractor:
aaa i �Jon�- The Contractor shall coordinate directly with the Pre-Development Department prior to coilstruction
of the project to deterinine required permits.
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:
CITY OF FORT WORTH Village Creek \�✓RF Gravity Belt Thickener Addition
STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS City Project No. O1 S47
Revised April, 2013 H&S Project No.60000-000
007300-5
SUPPLEMENTARY COND(TIONS
Pa�e � of �
None
SC-6.09C. "Outstanding permits and licenses"
The followin� is a list of known outstandin� permits and/or licenses to be acquired, if any as of April 1,
20l3.
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
None
SC-7.02., "Coordination"
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site�
Vendor Sco e of Work Coordination Authorit
None
SC-8.01, "Communications to Contractor"
None
SC-9.01., "City's Project Representative"
The following firm is a consultant to the City responsible for construction management of this Project:
None
SC-13.03C., "Tests and Inspections"
None
SG16.01 C.1, "Methods and Procedures"
None
END OF SECTION
CITY OF FORT WORTH Village Creek WRF Gravity Beit Thickener Addition
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. OIS47
Revised April, 2013 H&S Proiect No.60000-000
APPENDI�
GC-4.01 Availability of Lands:
None
GC-4.02 Subsurface and Physical Conditions:
None
GC-4.04 Underground Facilities:
None
GC-4.06 Hazardous Environmental Condition at Site:
None
GC-6.06.D Minority and Women Owned Business Enterprise Coinpliance
GC-6.07 Wage Rates
GC-6.09 Pennits and Utilities:
None
GC-6.24 Nondiscriinination
None
GR-01 60 00 Product Requirements:
None
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPEGFICATION DOCUMENTS
Revised July 1, 2011
Village Creek WRF Gravity Beit ThickenerAddition
City Project No. 01847
H&S Project No.60000-000
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
TI-�IS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Viilage Creek WRF Gravity Belt Thickener Addition
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01847
Revised luly 1, 2011 H&S Project No.60000-000
Add 1 ATTACHMENT 1A
Page 1 of4
F4PT WORTH City of Fort Worth
;,I,
MBE Subcontractors/Suppliers Utilization Form
RIME MP NAME: heck applipbie biock to describe prime
PROJECT NAME: M/W/DBE NON-M//WOBE
BID DATE
itys M Pro�ect oal: rime's MBE Pro�ect ommitment: PR JE UMBE
% %
Identifyall subcontractors/suppliers you will use on this project
Failure to complete this form, in its 'entirety w ith requested documentation, and received by the Managing
Department on'or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
w ill result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement w ith the MBEfirm(s) listed in this utilization
schedule, conditioned upon'execution of a contracf w ith the City of Fort Worth. The intentional and/or know ing
misrepresentation of facts is ;grounds 'for consideration of disqualification and w ill 'result 'in the bid being
considered non-responsive to'bid specifications
MBEs listed toward meeting the proj ect goal must be located in the six (6) county marketplace at the time of
bid. Marketplace isthe geographicarea ofTarrant, Dallas, Denton, Johnson, Parker, and Wise counties.
Identify ,each Tier level. Tier is the level of subcontracting below the =-prime contractor, i.e., a direct
payment from the prime contractor to a''subcontractor is considered 1St tier, a payment by a subcontractor to'
its supplier is'considered 2"d tier
ALL M BEs M UST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification meansthose firms, located within the Marketplace, that have been determinedto be a bondafide minority
businessenterprise bythe North Central TexasRegional Certification Agency (NCTRCA) or other certifying agencies
that the City may deem appropriate and accepted by the City of Fort Worth.
If hauling services are utilized,'the prime w ill be given credit as long as the MBE listed ow ns and operates
atJeast one fully licensed and operational truc'k to' be used'on the contract. The MBE may Jease trucks from
another MBE firm, including MBE ow ner-operators, and ,receive full;MBE'credit.' The MBE may lease trucks
from non-MBEs, including ow ner-operators, but w ill only receive credit for the fees and commissions earned
by the MBE as outlined in the lease agreement.
Rev. 5/30/12
FORT WORTH ATTACHMENT 1A
Pag e 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs.
MBE firms areto be listed first, use additional sheets if necessary. If a subcontractar/supplier is identified as an SBE, please attach a
copy of thefirm'sSBEcertification if they have not previously registered with the City's M/WBE Office, which may be contacted for
verification. Please note that only certified MBEs will be counted to meet an MBE goal.
Attach N -
NCTRCA Certifiqte °
SUBCONTRl�CTORlSUPPLIER T � Detail Detaii
Company Name i Subcontractinc� Supplies
l�ddress e M W S M Work Purchased Dollar Amount
Telephone/Fax � B B B g
E E E E
Rev. 5/30/12
F�RT WORTH
ATTACHMENT 1A
Pag e 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs.
Please list MBE f irm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy
of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for
verification. Please note that only certified MBEs will be counted to meet an MBE goal.
Attach N -
NCTRCA Certificate °
SUBCONTR,�TOR/SUPPLIER T � Detail Detail
Company Name i Subcontracting Supplies
Address e M w S M Work Purchased Dollar Amount
Telephone/Fax r B B B B
E E E E
Rev. 5/30/12
FOR�' WORTH
ATTACHMENT 1A
Pag e 4 of 4
Total Dollar Amount of MBE Subcontractors/Suppliers �
Total Dollar Amount of Non-MBE Subcontractors/Suppliers �
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS �
The Contractor w ill not make additions, deletions, or substitutions to this certified list w ithout the prior approval
of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o
Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may
result in debarment in accord w ith the procedures outlined in the ordinance. The contractor shall submit a
detailed explanation of how the requested change/addition or deletior w ill affect the committed MBE goaL If the
detail explanation is not submitted, it w ill affect the final compliance de.ermination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)
and any special arrangements w ith MBEs. The Offeror also agrees to allow an audit and/or examination of
any books, records and files held by their company. The bidder agrevs to allow the transmission of interviews
with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the
contract that will substantiate the actual work perFormed by the M3E(s) on this contract, by an authorized
officer or empioyee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period �f not less than three (3) years and for
initiating action under Federal, State or Local law s concerning false s�atements. Any failure to comply w ith this
ordinance creates a material breach of the contract and may result in a determination of an irresponsible
Offeror and debarmentfrom participating in City workfor a period of time not less than one (1) year.
Authorized Signature Printed Signature
Title
Company Name
Contac: NamelTitle (if different)
Telephone andlor Fax
Address E-mail ,4ddress
CityState/Zip
Date
Rev. 5/30/12
Add 1
F_O_ R�T V�O RT H
City of Fort Worth
Prime Contractor Waiver Form
A7TACHMENT 1 B
Page 1 of 1
PR E P AM : e appii e block to describe pnme
PROJECT NAME: MM//DBE NON-M/M/DBE
BID DATE
it}is MBE Project oal: Prime's MBE Project ommitment: PR JE T NUMB R
% %
If both answers to thisform are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on
thisform must be completed and a detailedexplanation provided, if applicable. If the answer to either question is
NO, then you must compiefe ATTACHMENT 1C. Thisform isonly applicabfe if� answersare yes.
Failure to complete this form in'its entirety and be received bythe`Manaqinq'Departmenton or before
5:00 p.m., five (5}`Citv business days after bid openinq, exclusive ofthe'bid opening date, willxesult in the
bid being considered non-responsive'to bids'pecifications;
Will youperformthisentirecontractwithoutsubcontractors? YES
Ifyes, please provide a detailed explanation that provesbased on the size and scope ofthis NO
project, thisisyournormal businesspractice and provide an operational profile of yourbusiness.
Will youperformthisentirecontractwithoutsuppliers? YES
Ifyes, please provide a detailed explanation that provesbased on the size and s�ope ofthis
project,thisisyournormalbusinesspracticeandprovideaninventoryprofileofyourbusiness. NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual workperfiormed byall�bcontractors, includingMBE(s)on thiscontract, the payment therefore
and any proposed changesto the original MBE(s)arrangementssubmittedwith thisbid. The bidder also agrees
toallowanauditand/orexaminationofanybooks,recordsandfilesheldbytheircompanythatwill substantiate
the actual workperFormed bythe MBEson this contract, by an authorized officer or employee of the City. Any
intentional and/orknowing misrepresentationoffactswill be groundsforterminating the contract ordebarment
from Citywork fora period of not lessthan three (3)years and forinitiating action under Federal, State or Local
laws conceming false statements. Anyfailure to complywith thisordinance createsa material breach of contract
may result in a determination ofan irresponsible offerorand barred from participating in City workfor a period of
time not lessthan one (1) year.
Authorized Signature
Title
---- Company Name
Address
City/State/Zip
Printed Signature
Contact Name (ifdifferent)
Phone Number Fax Number
Email Address
pate
Rev. 5/30/12
Add 1
FORT WO�TH
City of Fort Worth
M BE Good Faith Effort Form
ATT'ACHM ENT 1 C
Page 1 of 3
PRIME COMPANY NAME: Check appiipble block to describe prime
PROJECT NAME:
M/W/DBE NON-M//WDBE
BID DATE
Citys MBE Projed GoaL• Prime's MBE Project Commitment: PROJECT NUMBER
% %
f the Offeror did notmeet or exceed the MBE subcontraciing'goal for this project, the Offeror must complete th'i'
�rm. ,
If the Offeror's method of compliance with the MBEgoai is based upon demonstration of a
"goodfaith effort",the Offerorwill have the burden of correctly and accurately preparing and
submitting the documentation required bythe City. Compliance with each item,-1 thru 11 below,
shall satisfythe Good Faith Effort requirement absent proofoffraud, intentional and/or knowing
misrepresentation of the facts or intentional discrimination by the Offeror.
'ailure to complete this form, in its entirety with supporting documentation, and it being submitted to arn
eceived bythe`Managing Departmenton or before 5:00 p.m. five{5) Citybusiness days after bid openinc
xclusive of bid opening date, will result in the bid being considered non-responsive to bid specification
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this
proj ect, regardless of w hether it is to be prov ided by a M BE or non-M BE. (DO NOT LIST NAM ES OF
FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity
regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 5/30/12
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than two (2) months old from the �id open date) list of M BE subcontractors
and/or suppliers from the City's M/WBE Office or the City's w�bsite.
Yes Date of Listing / /
No
3.) DidyousolicitbidsfromMBEfirms,withinthesubcontractingand/orsupplierareaspreviouslylistec�
at leastten calendar days priorto bid opening by mail, exclusive ofthe day the bids are opened?
Yes (if yes, attach MBE mail listing to indude name of firm and address and a dated copy of letter mailed.)
No
4.j Didyou solicitbidsfrom MBEfirms,withinthe subcontractingand/orsupplierareas previouslylisted,
at leastten calendar days priorto bid opening by telephone, �xclusive ofthe daythe bids are
opened?
YeS (If yes, attach list to include name of MBE firm, ep rson contaded, phone number and date and time of contad.)
No
5.) DidyousolicitbidsfromMBEfirms,withinthesubcontractin�and/orsupplierareaspreviouslylisted,
at leastten calendar days priorto bid opening by facsimile (fax), exclusiveofthe day the bids are
opened?
YeS (If yes, attach list to include name of MBEfirm,fax numberand d�te and time of contad. In addition, if thefax is
returned as undeliverable, then that "undeliverable confirmation"received must be printed directly from the
facsimile for proper documentation. Failure to submit confirmati�n and/or "undeliverable confirmation"
documentation may re�der the GFE non-responsive.)
No
6.) DidyousolicitbidsfromMBEfirms,withinthesubcontractingand/orsupplierareaspreviouslylisted,
at leastten calendar days priorto bid opening by email, exclusiveofthe day the bids are opened?
YeS (If yes, attach email confirmation to indude name of MBE firm, da:e and time. In addition, if an email is retumed as
undeliverable, then that "undeliverable message" receipt must be printed diredly from the email s}stem for proper
documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the
GFE non- responsive.)
No
NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method
must be applied to the applicable contract. The Offeror must dacument that either at least two attempts
were made using two ofthe four methods or that at least one successful contact was made using one of
the four methods in order to be deemed responsive to the Gooc� Faith Effort requirement.
NOTE: The Offeror must contact the entire MBE list specifsc to each subcontracting and supplier
opportunitv to be in compliance with questions 3 through 6.
7.) Did you provide plans and specifications to potential MBEs?
Yes
No
8.) Did you provide the information regarding the location of pla�s and specifications in order to assist
the M BEs?
Yes
No
Rev. 5130/12
ATTACHMENT 1C
Page 3 of 3
9.) Did you prepare a quotation for the MBEs to bid on goods/services specifictotheirskiil set?
Yes (if yes, attach all copies of quotations.)
No
10.) Was the contact information on any of the listings not valid?
Yes (If yes, attach the information that vias not valid in order for the MNV BE Officeto address the corrections
needed.)
No
11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the
forms of an affidavit, include a detailed explanation ofwhythe MBE was rej ected and any supporting
documentation the OfFeror wishes to be considered by the City. In the event of a bona fide dispute
concerning quotes, the Offerorwill provide for confidential in-camera access to and inspection of any
relevant documentatiorr by City personnel.
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMAl10N:
Please prov ide additional information you feel will further explain your good and honest efforts to obtain
M BE participation on this proj ect.
The Offeror further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The Offeror also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate 'the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contracf or debarment from'City work for 'a period of not less than three
(3) years and for initiating action under Federal, State or local laws concerning false
statements. Any failure to comply with this ordinance shall create a material breach of
Rev. 5/30/12
ATfACHM ENT 1 C
Page 4 of 3
contract and may result in a determination of an irr�sponsible offeror and debarment
from participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the MBE(s) listed was/were
contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be
contacted and the reasons for not using them wil� be verified by the City's M/WBE
Office.
Authorized Signature Printed Sigr�ature
Title
Contact Nane and Title (if different)
Company Name Phone NumE�er Fax Number
Address
City/State/Zip
Email Addr�ss
Date
Rev. 5/30/12
Add 1
FORT VVQRTH
Joint Venture
Page 1 of 3
CITY OF FORT WORTH
MBE Joint Venture IIi�ibility Form
All questior:s ��russ be answered; use "N/A" ifnot applicable.
Name ofCityproject:
A,joint venture form must be completed on each pro_ject
RFP Bid/P urchasin g Number:
I_.Toi n t venture in formation :
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephoi�e: Facsimile: E-mail address:
Cellula�•:
Identify the finns that comprise the joint venture:
P/ease aftach exha sheets if additional space is required to provide detailed explanafions of work to be perforrre�' by each firm corrprising the
joint veniure
MBE firm Non-MBE firm
name: name:
Business Address: Business Address:
City, State, Zip: Gity, State, Zip:
Telephone Facsimile E-mail Telephone Facsunile
Cellular Cellular
Cer6fication Status: E-mail address
Name of Certifying Agency:
2. Sco e of work erformed b the Joint Venture:
Describe the sco e of work of the MSE: Describe the sco e of work of the non-MBE:
Rev. 5/30/12
Joint Venture
Pag e 2 of 3
3. W hat is the percentage of MBEparticipation on this jointventure that you wish to be counted toward
meetingthe project goal?
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do noccompieze tftl,is inforn�ation is described injoint vennrr� a�•eement)
Profit and loss sharing:
Capital contributions, includin�
equipment:
Other applicable ownership interests:
6. Identifyby name, race,sex and f rm those individuals (with titles) v�-ho are responsible for the day-to-day
managementand decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a. Estimatin�
----------------------
b. Marketinb and Sales
----------------------
c. Hiring and Firing ofmanagement
personnel
----------------------
d. Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Minority and Women Business Enterprise Officew ill review yourjoint venture submission and
w ill have final approval of the MBE percentage applied tow ard the goal for the project listed on this form.
NO TE:
From and afterthe date of project award, if any of the participants, the individually def ined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City's
M/WBE Officeimmediatetyforapproval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outlined in the City's BDE Ordinance.
Rev. 5/30/12
Joint Venture
Paq e 3 of 3
AFFIDAVIT
T he undersi�ed affirins that the foregoing statements are true and correct and include all inaterial inforination
necessary to identify andexplain the tenns andoperation of the joint venture. Furthennore, the undersi�ed shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemednecessary to deterinine if the jomt
venture is eligible. Failure to cooperate and/or provide requested information within the tiine specified is �-ounds
for tenninationof theeligibility process.
The undersi�edagree to permit audits, interviewswith owners and examination ofthebooks, recordsandfiles
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the ternzination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/orLocal laws/ordinances concerning false
statements or willful misrepresentation of facts.
--------------------------------------------------- ----------------
Name of MBE firin
T Nam e of non-MBE firm
Printed Nam e of Owner
Printed Nam e of Owner
Date
State of
On this
Printed Name o
Signature of Ow
Title
Date
Notarization
Countyof
day o f
20 , before me appeared
and
to me personally known andwho, beingduly sworn, did execute the foregoingafiidavit anddidstate thattheywere
properly authorizedto execute this affidavit anddidso as their free act anddeed
Notary Public
Print Nam e
Notary Public
Si�ature
Commission Expires _
(seaf)
Rev. 5/30/12
Add 1
Fo �WO� H
City of Fort Worth
M inority Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
Fthe total dollar value of the contract is greaterthan $50,OOO,then a MBE subcontracting goal maybe
ipplicable. lf thetotal dollarvalueof thecontract is$50,000 orless, then an MBEsubcontracting goal isnot
� p p I icable.
POLICY STATEMENT
It isthe policy oftheCity of Fort Worthto ensurethefull andequitable partiapation by Minority Business Enterprises
(MBE)intheprocurementofallgoodsand services. All requirementsand regulationsstated in the City'scurrent
Business Diversity Enterprise Ordinance appliesto this bid.
M BE PROJECT GOALS
The CitysMBE goal onthisproject is_ %OfthetOt81 bid (Basebid appiies to Parks and CommunityServioes).
Note: If both MBE and SBE subcontracting goals are established forthis project, then an Offeror must
submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive.
COM PLIANCE TO BID SPECIFICATIONS
On Citycontractsgreaterthan$50,OOOwherea MBEsubcontractinggoalisapplied, biddersare required to comply
with the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or;
3. Good Faith Effort documentation, or;
4. Waiver documentation.
SUBM ITTAL OF REQUIRED DOCUM ENTATION
The applicabl e documents must be received by the Managing Department, within the followi ng timesal located, i n order
fortheentirebidtobeconsideredresponsivetothespecifications. TheOfferarshalldefivsrtheMBEdacumentationin'
1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid
metorexceeded: o enin date, exclusive of the bid o enin date.
2. Good Faith Effortand Subcontractor received by 5:00 p.m.,five (5) City business days after fhe bid
Utilization Form,if participation islessthan opening date, exclusive of the bid opening date.
stated oal:
3. GoodFaithEffortandSubcontractor receivedby5:00p.m.,five(5)Citybusinessdaysafterthebid
UtilizationForm,ifnoMBE artici ation: o enin date, exclusive ofthe bid o enin date.
4. Prime Contractor Waiver Form, if youwill received by 5:00 p.m.,five (5) City business days after the bid
erForm allsubcontractin su lierwork o enin date, exclusive of the bid o enin date.
5. JointVentureForm, ifutilizeajointventure receivedby5:00 p.m.,five (5) City businessdaysafterthe bid
to met orexceed oal. o enin date exclusive of the bid o enin date.
'AILURETO'COMPLYWITHTHECITY'S BUSINESSDIVERSI'TY ENTERPRISE ORDINANCE, WILL RESULTI�
THE BID BEING`CONS1bERED NON-RESPONSIVETO SPECIFICATIONS
Any questions, please contact the M/WBE O�ce at (817) 212-2674:
Rev. 5/3 0/ 12
i
Add 1 AT�AGklME�J-T-1A
P-agea-o�4
O RT
WO RT H �t�-o�-F-or-t�l-1F4�th
S�a-b�a�#Ka�tvr-s/��pplaer-s-�J-tilaz-a#iera� -�or-ta�
PRIME-GOMRANY-NAME;� Gheck-applicabte-bJock-�o-descr+be-prir�e
P-ROJEG�-NAME� MAN/D8� NL�N-MAN�9B�
81I3-E?ATE
r.iijF'-S���M��ii/$�-�?-KO)e6%-Ci�6a}�: i�-Kli7f�0'5-�-{��8�•��f��•CDfBG%�:Y4{JZ2%70�ia, ��i.,�����C-.-�:yVi1%4$�f�
-!O �l0
�den�i#'�-a_I-1-subEoxa�#-�a�#-a�s�s-u-ppl-ie�s yau-w-i�l-�w ^-�;;-r!:�-s-�pr-aje��
�aia � Ke-ta-�ar�ple�e-#his-�or-a�; -E�--fts-e �t��ety-�uv+#h-�ec}uested-do�a+a�e�#a#aora-,a ad-r-�ce+ved-by-�k�e- t�a�aa 9+�9
[�epa�k�rae��-o�-er-�ef��e-5:Q9--��m:-#'we-�5�Gi�y-�usi�ess-�a�s-a#�er-b+d-o�i�g-ex�a�s'w ;
�v+tl-�e '►ag-ca►�sidere�-no�-�espe�siue-�e-lai�-spesifisatie�s:
T�e--unde rsig+asd--0€�er-o�-ag rees--to-�e q�er--f�to-a-#ar-►�al--ag�eer-►aer�#-vvi�h-the--�A� E--#a'�Fs�--listed-i q-��is
�iti�at-ior�--sski ed�le-�aad Etianed--u pon-e-xeeu#aor�--a#- a-ca►�r�a c�#-wat�a-�-ie-G+#y -of-�o�-uV-or�b--�-�e-ir�tsn#�oraal
aaad/-o�k�aevui�c�"s�epxese�ataer�-ef-fac�s-Fs-g�--a� ' ��taor�-caf �is��a�i��n--a�- '
bid-bei�g-�o�sidered-�►ar�-Kespe�sius-te-bi�-s�es+#isa�ie�s
M�1NBEs-_.listed-toward-rraee.t.i.rag.__tl�e__project--goal--cxaust-._.be-located-+r�-�kae-r�+r�e-{9)-co�uai�r +x�arketplace-or-
Eur-Ker�t-ly-da.n- g-b�si��ss--ir�-t�ae-r�a�et{�laee-at-tlae-ti+�te-o#-•bid-�-Mar-ke�lase-�s-t�e-geograpkai�-ar-ea-e�r-aat;
�'-ar-�er-�a#a�sor�; -Go�l+a;-Da41as-De+��a�;-EII' , eskuvakl-�e�at�es-
Q ' Q 0 S w � � - � • • w • S �
e. a• e e• e e e e• ..� == e. � e�e� e s
G G � ? • C � � S
�L�-M/-VUBEs--M11S�-B€-GE�T-I�I�-D-BE-�O�E--CON-T�2,4GT AW-!l�D:-
Ger-tifica�io�-rx�ea�s-ttaose-#ir-r-�s;-loca#ed-o�-do++�g-busir�ess-at tf�e-time--o�bid-ope��r�g-ww+�l�+r�-i#ae-Ma�tplar�e; t#�a#-k�aue
bee�-deter-rx�+�ed-�o-be-beraafi�ao�ity�� �or►�er�-bas+nesses-by-tk��-�la�h--Ga�ir-al�-eacas-Rsgior�aa--Ger�i#+6a#�ea
A�gea��-(-A1C�RCA}-a�tae-�e�cas Depa�t�erai-of T�a�o , �wa-�-�ivisi . d-Busi�ess
€�ter-p�+se-�DBE-� is-s��yr-�ao�s-w�t�-�V7i�or-it��V\/omer�-Bt�sE�ass-E�#erpras�-{-fu�/�VB��}-
�f-laa�l+�g--se�es-ar-e�-�#+Ii�ed; # . . . -edi�-as-le+ag-as-tk�e-AA�1�-i/�E—liste�-ativt�s-a�d
oper-a�es-a#-least one-#ul�y-Eise�ased-and-eper-atio�aaa-t�ek-�c�--be-�s�d-on-t�ae-�e�t�a�t:-T-fae-f�ll�/��r�aa�-lease
#�-t+eks--f�or�a--a�ao�ber-M�BE--#i�a-iacludi�ag-AAAA/-BE--awxa�r--ape�a#�-�s-a�d-r-es�ue-#�I�-A�1/�1�B E--er�i#-�he
�AA/-8E--�a� lease-tr-uc�ks-��or-x�-ra<a� , �-ape , y-Kese+ve--6�eda�-#a��be
ra�=���
a��ac�naE,�v�a-�
FORT WORTH ���'�
P-rE�aes-ar-e-�eq�ai�ed-to-ida�ki€�-A�L--s�bsc�atFactors/supplae�s,-rega�dlsss-o€s#at�s; i:e.-Mi�oF1�y-UUo�er+ar�d-naa-M/UUBEs
�le s-#i�s#�se-a�i.tae�al-sbee�-+f�esessa -ry:
Gefti�catic�rx �
(s#eck-eca�3 °�
- -P-L-�E-C� � � � Deiail Detail
�����g ` G X M Subeo+�tr-asti�g-WAfk Suppties-P-�rciaased DoUa�Ar�o�
Ad�r-ess e M 1n� � D �G
�eaephorae/� � B $ � a B
E E � � �
A
#2eu,-5/30/A3
i
FORT WQRTH
A�"-�AGF�M€�1-T—lA
F-age 3-0�4
PFiFlaes-aKe-re�}�i�ed-ta-ider��F�y-A�L s�bsoai�tors�s�pplier-s;-regardless-o�s#atus.;..i:e._;_.Minor+ky; Wo�er�-ar�d-no�-MNUBEs�
P-lease list-t�l/UUB€-#irms�i�st; �se-ad�+Eisaal-st�ee�s-f#-nesessar-�:
Ge�ificati<Ha �
Estaeek-one) °�
sUBco�ac�o��su�-�i�-� �
co��,-y�►a�►e � �, � u�t� o�a
,4ddr-ess e M uu � � M S�bco�racting-Wor-k S�►ppGes-P--u�ck�ased Ek�I��A�ou- nt
� B 8 � (1
�eaepho�e�F-a�e � O �
E � C � €
A
+Qeu,-5139103
FORT WORTH
a��c���.�
P-aga.a--0ta.
�stal-Dal��-A�o�r�af-M/-WBE---�ubea��rac�o�s/��pp�ie�s $
�a�-9 No�-�1A�1-BE—��b�o�a�t�er-s/Su�lie�--s $
-T.tin?-��—DOL-L--A�AAl1Ok�l-T-0E—A�.-L--SIIBCO�I�RAGTOF�S/SUP-P-L-IE-�S $
_e• �e - •� %• e- - e• e a ! - -s e e .ee �
sk►al�-s�kar-x�it-a-de�a�le�-ex-�lar�atae�-af-laaw �k�e-r-eq��s�e�-s�ge�addit-ieH-ar-d���iora-w�ll-a##�e�t-�e-�sr��i�#ed
B3�a#i�iwg-a-sig�aat�-to-t�a+s-��e-0#e�err-#ur�be�ac,�r�es-�o-p�ovide;-d ir����-to-t-he-Gi#�r-�.+par�-�eq�es�;
ca��4ete-a►��--a��a�ate--ir-�#ar-�atior-�-r-�egaKdi�g--a�tual wor-k-per��rme�---by -au--sub6ont-ra�tar-s—includ+�g
AA�VU/9B�(-s)-ar-r-ar��ents-s�ra�i#�ed-uvi�k�-taae-bi� �he--O#eror--al-so-�ag��s-to-al�aw--a�a-a�►dF�-a�d/-e�
e-�a�i�aat�ra-ef-a�y---�eks;-resa�s-ar-ad-f-iles-�iel�i-by-#�ieix -Eer�a�ara�: �e--bi�de�-agr-�es-to--al�avv-the
t-rar�sr-�a+ssio►� e� i�tewiea�s u�it� aw�er-s; pr+�ipa�s; afi`i�e� erxaplayees a�d applacable
su�ea�t�ac�s/s�p{�4iers/�or��r-ar-�or-s-paxtisi�a�+�g�q-�I�e-�or�tr-ac�-t#a# v�iGl��--s��ist-aaa�Eate-#he-a���a�-v�o�--k
per-�i��e�-by-�k�e-�/�1//aBE-(-s-}-sA--�k�Es-soatr-as�--k�y-an-a�k�or-i�ed-o#f+eer-o�era�playee-of the-Gi#� A�y
+�te ' -�avuir�g-�+sr-eprese��ion-e��ae�s-�a�l-be-��o�nds-��r-�er�iqa�i+�g #he-ce��r-ast-e�dekia�a�er�
�or�--G� f--�ca�less-�han--�fa�ee-�3�-�ea�s�-aad fer-ira�t+at�ir�g-astaora-��-�ede�a-t;-�a�e-e�
�a�-Ga-vus-ce�se�iAg-fa�se-s#a�e�e+��s: �+;-I�t#is-sr-di.nan�e-and-c�ea�e-a-�a�e�
br-�a�l�-e#-�o�tr-a���a�-r-e�t-in-a-de�er-Aa+�a�ien-ef-aFl-i��sper�s�bGe-0#e�r-a�d-b�ed- ffo�n--pa#�c+pata�ag-i�
�t�war-�-fr�� -a-�e�iod-af-ti �e-Ao�less-�ba a-oae-(-1-}-year.-
Autkx<�+zed-S ig.�taiare
�te
Gompan�-Name
Addr�ess
Gik�/StateJZip
P-Fintecs;gaaxure
Goxi2ac�t�lamel-'�it1e-Fif-diifsreni)
�etephar�ear�dlox-F-a.�
E-Knail-�ddFess
Dake
�2eu-5130L0�
Add 1
Fa R�T WO��RT H
- a c
' ' e
R�f-�4GH tv1EFdT�-B
�age a--o� 1�
. +ea
pr�r�e
Nl-FVV!{>$E N9fV-MPN/[3$E
B{B�RTE
+tys. {N.p[y_g.E. pw� ect_ oals RR - d - B€�
°�o
i�ki-3ilSV�tEPS-�O-� � , O-ROt-GOI'ii-(3 . i�-�SEi-ORS-Afi
�%�i�@fFl-l-171l�St �G£6tifip�-2�2�-B�I�t�-8 �E,'�-8�e�-2X-�x�flz�i6hl-�3f � , . -�18-3f1•S�/V
N�-3;-�-� er�-yta r� � r� t�st-�o rfl-p� ete-A�T-AL�h�{VI-E N-T---�-6:--� q�-i-s-o r� F�+-a�p! i ea b Ee-i �-�- a-n swe�-a�e-�res:
f�l�re�o-sorr��lete-��rts-fer-+�--'t�r-i��t+r-e�y at�d-be-�es-eiv-ed-b�-�e-�Ma�ac�ita_q-De�ar#��tet�tar�-flr-�iefore
5:00•�-#"w�e-{-5}-�+�vv-�t�t�sir�ess-days-a�te�-bid-er�r�i�c�e-x-E-I�ts+ve-o#-t�e-b+d-oper��ng-da#e; w-iF4-�esal#-i�Me
bi���eir�-sorts�i�ewed-�o�+-r-es-ryo�ts�i�-e-te-bid-s�e�if s�s:
i�ii�-3ld��� � ri�4'rfa-ci � ci �'$'ix'tJt,:GN-��G't-9fS"�
YES
�yes, P�Iease-pr�v*�#e-ade#��I�ed-e-x-pFarfiation-tt�-a�-pr�ves-ba-sed-ar�-the-�ize-ar�d-sce�p�e-o�-�k�fs NO
1�+'ejeet; t-��-s-i-s-ycati-r-r�or7n•a�siaess-�ae#i�ee-at�d-�rav+de-ar�-oper-a�'+er-ral-p�-�efile-o�yetrr��si-r�ess:
�AI+�E_-yQ�-p t�re-� u�pplie�s'� Y-�S
I�-yes; �{�ase-provi�-e-a�detailed-ex-pla��tio�-�hat-pr-avess-based-�n-tk�e-s-ze-a+�d-sc-epe-e#-th+s
�r�jeet;-t�i�sis-yottr-r�Q�-a�-��rsifless-p�ae#�ee-a�r-e�i�de-ar�-+�ve+�t�-�o�ile-�r�-�eetr-�u-si-�ess: NO
�-h e--b+d de r-€+�-r�l� e�-�agres�o vi d e-� F�ee�l-�-to-�b e-- E� �y-t��p o-r��-�eqtrest; -eo r-�p��e-a nd-acet�a-�e-i-�-�er�-a�}�
r-eg-a-�dFrag--act-�-al-work--��e�erw�e�y-al-I-saka�can#rae�car-s-i-�e��u�in�--(�/4fWBC-{-s}-et�-#t�i-s-ee�#�aet; tbe-�a-y�rer�-�
N��e�re at����a��y-propased��i�a�r�ges-ta-�t�e-c-�ig+�aM11/-�IB�E�Fs}-ar�a•n�er�e�r���s-srrb�+�ted-wi�h-�I��is�d--�#��e-b+dde�
�l-s�-a�rees to-a l-Fa�nr�a�-atrdit-artd/er-e-�ri�a�io-�-e#-a-�•y-#a�oks, a n y-t+��nsi-N
s��sta��+-@ta-�e-t+��e-ae�t�al-w- s-ex�-t ' t-h�ori-�ed-of�ieer-ar-e+�p�ee-o€
�I,e-Gf#-�-{�-y-i�t-ia�ta+-a�dla�-k�ew,-� g-r� is�e p �-eser��ta-�on-ef fa�ts-wi-� �-be-g r�t�ds-€<�-t�e�ti-� a t� g-tk�s-eo n-t�ae�-o�
de�a�et�-€r-e�t-Gf-tywerk-fera--p ' -a+�-t#�ee-{3)-years-ar+�et--i�tf#i-a-�-�g-ae�ie�der-Feder-a�; S�ate
Of-i_OC'3i-i-8tA:3E@RCBf•I-1i�8'�Se-S�'3�-crirc�rcS:-n�fij�-t3h�ttl"e-�6-E,-`�t�1�3'i�/-Wi'�ii-�i9tS-(3%�itl-•, ,,,•,,•,•••+,••••,-%�}-�2ft'8i-�-?fE,'r'�C-�-l-'O'�
... a„�cti-c,�czrcc�-a
GO� �ir°a�,+r,;, . . B�flFl-@�i4-li-T-�S� . . . 3�1-Rf�}-ifl-�tty-V�6�k-�9� 3
pe�� od-of-t+me-r� ot -Eess t�ra t�- a� e-{'4-)-yea r:
�
6or�par�y-Nar�e
f�ldr-ess
6'tk�S4ete/Z-i P
R�i�ted-Si�aatt�e
6eAias�-FVa�e-{i# ciFffererttj
R1�or�e� �1� Fax-�}a+n�
E�r�aFE-Addr-ess
8ate
Rev: 5/3�103
•..
� . � .
�� _.�
0 o c
oao 0 0
P-age-a-of-3
RRIM E-�ONIRAt�I-Y-�NP�111 E:� f MeclFap{�licable-b4�x�FF�3-desw+kie
pr+�ae
RFi0,1EGT-ta�VlE-; {�Vl9BE A�E3PI-M/V�ffBBE
f3{9 B�ATE
Giiys-MLV1FBE-PXojesE-6oala PRE)JE6-T N11MBEli
o�.
k#-yo a-h ave-faiFed-�o-seet��e-MF��IaFB E-par-Eis�a�ie►�-a�d-yt�ta-have-st�ce�atr-astir� g-and�su pplier-o ppor-ttar� iti2s-er-i#-yo�F
D B�-pa��i ci pat+or�-i s-Iess-tl�a�-Eh e-Gity'-s-pr-oj eet-g�rai-�ou-r� ra-st-eor�p lete-t#is-#or-r�:
}#_the_bidder's_me#had-vf eorn-pliartee--with-the-RIF/�VBEgoal--is--basred-�po�t-dernor�str-a�ior�-of-a
"-�ec-�d#-a�kt-e#€or#"; r"�-�;��er-wtFN�ays-t�-ie-b��de�-a#-cerr-e-e-#Fy-ao-�d-ac-c-t�-r-ate�ly-p�epa�rg-at+�
s-�rt-i�ti►�g-t-lae-doc-a-�et��a�ion-r-eqt�+r-ed-by-the-Gity: -�G�-Rl+at�e-vwtl�-eac-h-ite�; �-�I�r-a-6-be�Fow;
s-hall-s-a�+s-fy-t-he-Geo- d-FaitM-E##'or-�r-eqt�i�--er�aet�t abs-e�t�-pt--eof ef-�r-at��l; i�-te-r�-t+or�al-a�rdlor--k-r�ovving
�n-ts-r-e pt�-es e�r-�-�at-ien-��h e-�a�#�-o r--Fr�t-e�ioar-��a l-Ei+s�c�'tr�ri r� a�iet�-b y-�I�e-b i eld e-r:
�a•i+�r-e---�e•--e-c�r-�r�{e� , ' per#ir�g--�ies-ar�er�ta#ie�d--re�-e+v-et�--by-tl�e
M-a�aa gi r�g-Depa r-tme nt-o+�--or-before-5:U 0-P:�� v-e-{5}�t�Y-b�s-i�aes�s-da�ys-��e-�bi�pe�+�cf;-e-xe-It�s-i-v-e-caf
�id-oyer�i n�-date; -w-�I [-;��;t-;.^,-�I�e-bid -bei �g-�et�s-i�ered-no+3-�es pe+�s+ve-#e-b+d-s�per-i#�ira�ie�s:
�-}-Paea�se-I is�-ea�-h--a�d-e�•e r-y-stFbcor�t��tc�,a r�d/�car-s�PpFie�-oppor-ttaw� �jr3-€or-t�e-�or� pletio�-o#-�f�i s
pr-of-ee-t; rega�d e-pr-av-Fded-b
O F--F1 fi�NFS �-�or�bi �ed-P-roj eets ;-F+s-t ea� �i-s�bEor�twac�E+�tg-a�d-or-s�tppl�ie�oppor-tu r� it�y-#�ro�g h-t�►e
2 "— �ie�
f(�se-add%tienaa s-iaeets; +f-r�ec-ess-a-r�}
k.-+st-of-Stfbeor�t�ae-t+tig-0ppor�ta�i�Fes L' i#+es
Rev:-0563ta1o3
,4FT-AGH�41-E�N-T-�-G
P-age-2-o#-3
2: )--�A bta i r�-a-s �+r-r-e-r�t {-r�►ot-r� ofie-tkra n-�hr-e�{3}-rr�or�##s-ald-f�o+�-the-b4d-ope ra-date}-4i s-t-af-M-f-1RIFBE
s-��ic-or�tra e-ters-a ►�c#{o,-�v NN:;��:-o�he-GEt•y's-M�%�AIB�-Aff+��:
���
—,-��
Na
�_ - a �
3:}-Did�o�-s�ol-i�it-b+ds-fr-e�-M-AI1FB�ffr-r�ts; w-ithirrt�e-s��abe-Qw�#actirrt�-g-aFld�or--s-uppFie�ar-eas-pr-ev-ious�ly
, s-priar-ta-bfd-ePe�+r�9-�i� t�a�+l; e-x-s-F�s+veof-#Fie-da-y-t#e-bids-ar-e
oper�ed?
Y-es—�d#=,,.s,-a�E��q-mlW-BE-mail-list+�g-to-i�elt�de-Rar�e-o€€i�t-a�d-add-��ess-a �:��.m�.€led�}
�i9
4.)-9id-yea-s-o�+ci�bids f�or-�--M-EWB�r-rrms; v�-ithi�-the-s��cor-ttr-a�t+ng-ar�d/e%s-�appl�ier-area-s-pr-e�v�e�asky
ii�«W;;a��a��«r�-a�ler�dar-da-ys-�r-ior-�s-bid-oper�ing-k3y-�eEe��e�te; ex-E-4�s-i�e-o#-�e-da-y-t�e-bit-is-ar-e
epe�ed?
Y-2�S E�f-yes;-attaekj-I"+sf-�o-ir�4�de-nar�e-of-MAN-BE-fi�r,�R-coniacted;-phone�t+Fnber-ar�d-date-and-�ir�e-o�-e�Eact:}
—�:9
NA-'�=A-fa��s+r�+le-rr�a•y-be-i+s-ed-#o-sorraply-v�-it�-ei#�e��-or-4; but-�-a-y-r�o:-�-�s��-�er--bo�r. -Nf-a fac�s+r�ile
+s-us-ed; atEa�s�-t#e-fa-x-�o�f+r-�r��t+s+�;--w-his-h-+s-te--p�ov-+de-M�'�ame; date;-�irrae; fa-x-►a��ber--a�d
doc � ��a�i er�-fa-x-ed:
A19-1'E=� tt�e-Fis-�o�M�WBE-s-#a�a�ar-t+calar-s-abs-errt�ae��ir�9Es-�pp�ier-oPiao�tu�tit�r--�S ten-{1-0)-er-less; t#e
bidder-r�tt+s#-sentac�-�I�e-e+� ' - -e-w-ii�-q�est-Ka+�s-3-a�-�.—T� �:;�last-e#-NEl-1AFBE-s-#e�a
pa�#+s-trFar-s�+bs-en#-�ac#�gEs-applier-eppor-�ar-��r-fs-�e�-{1-0-}-e��r-e; the-b+dder-�tHs�-or�ta�--�-a�-Ieas-t-tw-ta-
- -� iM-Ithl'CI-S-t1Gil-a�%�-O�-Of�tn'•i`""t�-flv+a-�.^cs�-�hur^r-c�irtE?-��F%1--G@F�}�181-7C-�W-i�1
E�tFE S-�I UtaB—�-ai-lt�-A :
�•�id�rot+-pr-ev-ide-pla�s-at�d-s-pe�-Hf�a�+or�s-te-�e�ttia-I-M-FWB�s-or-info�a#ie�-regar-di�g t�e-4oe-at�er�-o#
p{ a�ts ��; ��f�e-M �1�1fBE�s-?
- Y-e�
—":e
6: }-St�br�it-des-�t�e��a#i ota-i#-M�/�1FBE-��o�es=w�e+'e-r-ej-eEted—T-t��dee-�et�ta�ian-s-�+bm F�ted-s-l�ot�ld-be-i+�
' , ' e�a�tle�-e-x-�l-a�a��i � #ed-a�d-�+iy
�PP��9-do�-a�e�ta�i�ka -o+�s�ider-ed-by-#�e-Gi�y—lfl-t-�e-ev-eni-of-a-bo�ta-#i�#e
di��e-s , " er--w-FN-pr--ov-ide fe�-c-ca+t#i�rtial-iri-c-a-rt�er-a-a�sss-s-ie-ar�d
i�s-pec-�iar�-ef-afry-r-eleu-afl�-doc-� met��at�p-by-Gi�y-pe�s a��tel e
Rlease-�rse-adt-iiti�al-s#ee�s, i�f-�necessar , d-at�ae�.
� -e 6��a�#-Rer-son Se-� e-o#-1RVer-k ReasoFl for-Re'-es#+o�
F�ev-05N3olt�
P-age 3-0�3
�4 dVFAl7A�1-:
P-Fe�se-pr-ov-ide--addf�io�aa-i-�rfer-►� a#ien-ye�-#eel-w-i�l-ftt#�er-e-x-�a+�-�rot�-geod-a�3d-I�o+�es#-e#erts�-to-obt�i�
M-�lAF�3� -pa�+E+pa#+or�-o�- t�t�- pra j�e s�
�e-bidde�far-ther--agr-ees-#t�-pr-e�ide�Fr-ec#Iy-t�-�tF�e-��po+�-r-eqaes#; sor-�ale�e-a-�d
a�ce-ur-a�e-i�€e�r-�a#+or�-�+�gar-�+�g-a�t-�ra�l-wer-k-� t��r-�.^��-��NA�-e�r�
#het--eo#-and--�a-r�y-pr-oposed-c�iatages-#�e-o�i��r-�a-r�g '#�ed-vu+t-k��Fiis-bid:
�e-bid�e�-a-Isfr ag�ees-#-e-a-lkk�w-at�-attdi#-a-�d�o�e-xa�-F�a#-ior�-e#--a�ooks; reco�ds-at�d
#i�e-s-M el d-��#-Fie�i r-- c er�-pa-��a-�w�+�l-s�ras�a�e-ac-�a��--vrFe�{c-pe�#er-rrte d-o r�-t h i�
c-or�#r-aE#;-bjf--a�a-a-�t-t�o�i-z:ed-e#te-e��-er-e�-p{ay�^ ��` +�^ �:��
At�--inter��+or-ta-I-a�eNor--k�owing-r��is�r-epr-ese�tta#-io�-o#-fa�#�s-wiN-be-g��ds for-
�er-�rt�F�a�g-t�e-cer��rac�e -k #er-a-pet�ied-c�#-net--less-�Mat�-�h�ee
�-3-�--Ye�ar-s-a-r�d-#or-ini#-ia#+�g-ae#-iot�--unde�Fedet=a-1� S�a-te-or--�oc-a-I-law-s-cor�c--er-�ting�a-Ise
�iuti-crTrc�=rts:--A�ty-€a-FF�e-�e-cem-ply wi#-t�-t-t�is-o�d��aa-�Ee-�a-t��-c-�-���-„��;�3��-•iaF��C-ii-U�
c-ot��r-a�#--��a y-t--es-aF�i n-a-dete r-r�+t�a�-ion-of-a n- i r-�es potas-i b�e--o##er-er-a�d-ba-r-t�e d- #r-or�
pa�+c--+pa#+r�g--in-Gi#y-wor-l�€er--a-pe�ie�-ef ttr-ne-�o�-les�s-�Mat�-or�e-{1-�-yea-r:
1'k►e___.un�e�s-igned--c-e�--ti#ies ��a#--#he-i�€ar�n�a�ier�--pr-ov�ded-a-►�d--t-I-ie---M/aN-BE(s}--Eisted
a�as/we�e--c-or�tac#e�-i�t--�ood-#�-i##---I#� �is-�der-stood that-a-�ty-M�BE(s}--{ts�ed---i�
�►tta c-F���-�-S-w-ia l-�be--c-car�#-a�e#-e d-a-r�d-#-f�e--r-ea-s�r�s-€er-��e#-tts-i�ag-#-I�e r�-w ia�-�e�e�i#+e �-b�
�-��+�y�-nMvv�� a���-:
Ata�cat--i�-ed--S+gt�a�tt�r-e P-�i�te�-S�ic-�+�ur-e
�r�Fe
�om pa ��r-PIa me
�lddres s
Gi�ylS#a#e%Z-+p
�tac#-Na�rte at�d�le-(�cf+#ere�t}
Rl�one-Plur�be� �a-x Nt�+�be�
E+�a+l-,4d�r-es-s
�a�e
F�ev:-U5/3U/t�3
Add 1
F(JRT WQRTH
�ir�#-�tare
Pa9e-a ef-3
C-�Y-AF F-AnT: '��
�S-E J-oi�rt �'-en-t-u�e-E-�i�ik�i�it�-�or�
a4[f-r�aesriotrsrnrtshbe-ans�vered;-ase-"Ai�rf-'=rf-nbt-r�p�&eable:
��It2C"O� Ci�'jJiiTjC '_ �
RFP/Srdl�u�cYrasin���r�ber: _._________._
:-�oi3t�- venEtrre-iirfe rrrtatio-rr:
3c�rr-rt �errtt�re-�ar�e-
�OYr �rc vTcncciic�i�C�feSs:
f�a����
�eke�kta�3e• �si�tl3t}e: E-f�a'�--�iT��s:
C-eH� •r:
�Efl�i 7itiia `riai �vi .
���-i13��.,. _ �
Rlease-a�tas�-ex�ra-slaeexsff-add+tior-tal-ssace-fs-reqc+rre�-to-prouide-detailed-ex-plapatieAs-e�-work-Eo-be�foF��ec�Y�ackr€iFrr�-ee�Ar+si�g-t�e �
" ueWt�Fe
�i4-BrE-€rrin F�v�rr-14i-BE-frtn
traine: eiar�e:
Sctstriess A��cess� �;;,;�;s � a��__...,
�tty;..SEaie-Z-i�}r. C-iEy-State; Z-qr
�e{��ta� Faes-ittrtae £-t�ai� �erte �aestt�tiae
�e�l� Fc�llrrrr}arr
C-erti#'texEio�r-Stat-rrs: E-fit��il-ac�dr�es9
Name-ofC--erEif�inb Abeney�:
2: S e-Q�vvar�- rfarmed-b t�e-Jornt �en�ure:
Deseribe-the-seo e-of-work�f-t-�re-14I-S���-: 6eserrbe-t f-v��or�e-af-the-i�-M����:
Rev-5F39F1 �
d��t�/e�i�re
P-2ge-2 e�3
. b t-viYtttri'e=r-liat�a�-w�isli-t0-b
meet�-�he- b .
:.-�-t a��li�-ee .
b
5-L-is�-ect�ttpette�3�s-tTf-e�ters�-i'p-e�j�'d�nt-trr'e: {6e-�Yryt-esrr�rlete-rfcaris-trrfsrmaticrrs-is-fEescr�e�'eirrt-c�errt�r��}
�'-�c�€rt-arrd-I�oss-sl�a�trr�:
, �
eq��tnei�t:
BEI�er•-�pp�rea�le-e�rrersk-ip-imter-ests:
6: ��le��i€y kry-n�ine; raee;-se�antl-%trm-those-i�ic�i�id�a�s (-�vitlrt-i�les) vv�7o-ar�e-respQ��e-for-�he-d��-to-d�
�rta�iiagt�ei3t-a��l-t�eeisie�-r�a� b re�:
�r�a�eial-dec�siaas
eble-et�d-Eteee��:
ae,.: ,.; ,.�,..
�1"I�6�L-1TfG-fi�aLL LJ1V1 tJ.
L1���CL1�[TQiifl�
!�:- -�lk�ar-ketir3�-a33d S�r1eS
�—i'`i'm' � m'sn-i�rm-r� vt-r[rfins� riicii�
�)CT'S�1�tC'I.
��: �'tl��i � �E23�
3ii�{OF"'St2�1�'1�5.
�S trper �is ierro€�i�elc�-a�era�ns
� � � C � � :r � � C �' � � C ' r0 C ':
.3�0 � � C- .0� �0 - �0 C' 8
v�r
�Fg �eE�-aVVBf{�-#�BRy��%L'-{�ai#IC- F�3R�S-�@ -Ii�+V ldiiaily-dG'f iFl2Ei-SE0�2S-Of-irt�0i'-iFOFE%E�8EF8F
8 - 'IQ'IR�ii�f-3��fOVO�--Ifi�aFf�1&tIOR-�f�LR-�t2--(3a+�. . �-�i�S
. ge-Af-�eleFiOR-SkiaEl-be-a-f�r^��°�,^'-orc3ek�-9#-ceFltFBc�-ar7d
r�ay-restr�t i�-debar�ent-i�-aEeer�-wi��-�he-preeed�rres-e�rt�+r�e�-iia-�Me� E�i�y's-BF3E-��di�anee:
Rev-SF-38h1�
doi�t�fer�ttrre
�F=I�H�VI�
�l�rr�iersigr�ee�-a#'�'iiz�s-�k7a�-tl�e-€er�ei����er�ts �re-tit�e-an�-eai�-eet-a �at-ien
nec;essa�--t�o- ic�er�ti-€�-ftn�l-ex-�l-ai�l7e-�et��s-ar7d--opera�rar-r-af t13e-j�rrt-�er�tfirre—Fx�er-�rr�; a�Tt��� 'sig�ed-s�rakk
a��ee--te-p���i�e-te-tl ' , b
�iereirr.
T-�e-Eit�-a�so-r-eser-�es-tl�e- �i--t�-�a-rec�t�es�-a3�-addi�ierr�l-r�€or-rr�a�iorr-c�eei�ed-iiecess�r�-�e-�et��r��ii�e-i�t-�3�jat�
�£Y1�tYF8-1'S-el- � ' . £i•ct�e"clil�O%�3' tY"aiivn-ddiiaiz'ii-aic-ii133E-S'I9ECi�li'E��S"b @i313�S
�$1''�e3'33i3fiYA�ivii vi-4iiic-e�lbY�ii�fii� �I'QE'eS5'-'
�'-l��tn3de�si�ned-agree-�o-�er-rr�'r�-aa�'rt�'rr�t�er-�ie�s-r�-i��3-av�tiers-a�3c�-e�arrri�ati�rro��kr��aok-s� reeatd�ax�d�-rks
c�f-t��e-joi-rr�-�et�re-�y arr}��-at�t�eri�ed-r�ept�e�ta� . -�-�'rH�-el�is
�r �t-'r��-T�=��i� � raet; -�li�i�krr
�., «�. �,. 1: ,... L.; 7 'k � -__^ �; ., 4,. 4'
�lTti1TU1L'J—T�.iI� UtT�'l'�iC �Zii�i�ls�ZiiTSCLl .��QGL� � �
S'i�tiEH3et2�S-$Y-W-i��3:i�-'liii�SYYe�3T`�S�iY�aYivi ivri&i,+i�" .
--��,r,���Y_,��,�rM�L'____- --------------- --�--i-,,-�-----------------------------------------------------------------------------------------------------
T�Zt�'VI-t'PtvL"-T�1'Ti�i TVY[litl'.-Vi INiIRv`TDSTTCC'[T3T
�1�
��1tHtVii�lCi° �t``t2R4trAt; A�€-'B�tH1ic'N
n; i�ii:,u ".uine-of-9wt�ei' �tw�Eee#-�*lettieaf Owflee
Si �rre{m��t-0tii rrzr S�aEu��e c�f O�vrtee
=FiP4e �FiF}e
Hafe �afe
�O��RTYZ"Rii61i
s'�&i � .. r n _ ��r
Oirtlris__.,_�.__�..___.___.__....__._.____.__ _d.ay o� �___— --- ; �p— ; �effor�ine-a�peared
ts-rne-perser�a-1��--l�ns�n-ar�l�a; �ei�ig-d�}�-sv�Qrrr,-did-e�eetr�e-�lie-€are�en�-af�da�tt-ai2d-c�i�l�-st�r�e-t�hat--�ke}��ere
�rope�l�-att�hor�i�ed-t-a-exeet�te-t�-i3s a€f�da-�i-t-a � ee-ae�-a���u•
�Fe�ar�-P�b��e
��-�r-ftf,��
�Q�c'tY��ilv i i v
S�aeave
v�riirrli'YSS
fs�eafj
Rev-: 5ff38/a-�
GC-6.07 Wage Rates
'�'I�IS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Village Creek WRF Gravity Belt Thickener Addition
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01847
Revised July 1, 2011 N&S Project No.60000-000
City of Fort Worfh, Texas
Mayor and Council Communication
�.. _.�.�- - -
COUNCIL ACTION: Approvect on 7/8/2008
� �, , �.
DATE. Tuesday, July 08, 2008
LOG NAME; 30WAGE RATES REFERENCE NO.: �G-16190
SUBJECT:
Adopt 2008 Prevailing Wage Rates far City-Awarded Public-Works Projects
. -�-- F.�. .�
RECOMMENDATlON:
It is recommended that the City Council adapt the attached 2008 Prevaiiing Wage Rates for City-awarded
public works projects.
DtSCUSSION:
Texas Government Cocfe Chapter 2258 requires that a public body awarding a cantract for public works
sha41 determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify in the bid documents and in the contract the prevailing wage rates in
that locality.
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Buiiders and Contractors (ABC} and the American Sub-Contractors Association (ASA}, conducis a wage
rafe survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from
that survey.
FtSCAL INFORMATION/CERTIFICATI�iV:
The Finance �irector certifes that this action will have no material effecf on City funds.
TO FundlAccaunt/Ceniers FROM FundlAccountiCenters
Submiited for Citv Manaqer's Office 6v: Fernando Costa (8476)
Ori inaiing Depar#ment Head: A. Dougfas Rademaker {6157}
Additiona! Infiormaiion Coniaci: Eric Bundy (7598)
HEAVY & HIGHWAY CONSTRUCTION
PREVA�LING WAGE RA.TES 2008
Air Tool Operator
Asphait Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or S�veeper Operator
Bulldozer Opera�or
Carpenter
Concrete Finisher Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Co��crete Paving 7oint SeaIer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane Clamshell, Backhoe, Denick, Draglin
EIectricizn
Flag�er
Form BuiIdsr/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End I�oader Operator
Laborer, Common
Laborer, UTility
Mechanic
Milling Machine Operatar, Fine Grade
Mixer Operator
Motor Grader Qperator, Pine Grade
Motor Grader Operator, Rough
Oiier
Painier, Structures
Pavement Markina Machine Operator _
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Pz
Roller Operator, Steel Wheel, Ftat `
RolIer Operator, Steel Whee[, PlaTzt
Scraper Operator
Servicer
SIip Porm Machine Operator
Spreader Box Operator
Tractor Operator, Crawter Type
Tractor Operator, Pneumatic
Traveling A4ixer Operator
Truck Driver, Lowboy-Pioat
Truck Driver, Sin�le Axle, Heavy
Truck Driver, Sin�le Axle, Light
Shovel
Pavement
Truck Driver, Tandem A�le, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill Borinb Machine, Post Hole :
Welder
Work Zone Barricade Servicer
� 10.06
�13.99
$12.78
$11.01
$ 8.84
$14.15
$ 4.88
$13.22
�12.SQ
$ I2.85
$13.21
�IZ.oa
$13.63
$ I 2.50
$13.56
$i4,50
$14.61
$14.12
$18.12
� 8.43
$ll.b3
�I1.83
$13.67
$16.30
� 12.62
$ 9.18
$1 �.65
$1 b.97
$11.83
$I1.58
$15.20
$14.50
� I4.93
�13.17
$10.44
�I1.04
�14.86
$1 b.29
$11.07
$ I 0.92
$I1 �8
$11.42
� I 2.32
$12.33
$ i 0.92
$12.60
$12.91
$12.03
$14.93
$11.47
g ] 0.91
$ ll .75
$12.08
� 14.04
$13.57
� 10.09
200$ PREVAILING WAGE RATES
CONSTRUCTIONINDUSTRY
AC Mechanic
AC Mechanic
Acoustical Ceiting Mechanic
Bricklayer/Stone Mason
BricktaYerlStone Mason HeE
Concrete Finisher
Concrete Fomi Buitder
�
ElecCrician Hetper
Etectronfc Technician
Electronic Technician
Floor Layer (ResilienC
Flaor Layer Hetper
Gtazier
$2t.64 Ptumber
$12.00 Ptumber Hetper
$15.24 Reinforcing SteelSeYter
519.12 Roofer
$10.10 Roofer Helper
516.23 Sheet Metat Worker
$11.9t Sheet Metal Worker Helpe
$13.49 5 rinkter System Instatler
513.12 Sprinkler System instalter
514•62 Steel Worker Structurat
$9Q.93 Concrete Pump
Crane, Ctamsheet, Backhc
$93.00 Shove!
59.00 Forklift
520.20 Front End Loader
$14.43 Truck E
$19.86 Wetder
$12,06 We(der
$14.90
$10.00
$14.00
S�Q.oa
$16.9b
$12.31
$18.00
59.00
$17.43
$20.50
$17.76
51 z.63
51Q•5d
$14.91
516.06
59.75
Insulator
Caborer Common
Laborer Skilted
Lather
Painter
Painter Hetoer
Pi
Plasterer
Plasterer
$13.00
518.00
$13.00
$14.78
$7T.25
S�a,v
$13.18
$� 6.10
$14.83
ss.oa
$18.85
$12.83
$17.25
512.25
SECTION 01 11 00
SUMMARY OF WORK
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Work to be done under these Contracts and in accordance with these Specifications
consists of furnishing all equipment, superintendence, labor, skill, material and all other
items necessaryforthe construction ofthe additional gravity beltthickenerequipmentatthe
City of Fort Worth Village Creek Water Reclamation Facility.
The Contractor shall perform all work required for such construction in accordance with the
Contract Documents and subject to the terms and conditions of the Contract, complete and
ready for use.
B. The principal features of the Work to be performed under these Contracts include:
Addition of a third gravity belt thickener unit into the existing Gravity Beit Thickener Building
and related appurtenances inciuding (but not limited to) a fourth GBT feed pump, a third
- GBT feed fiow meter, a third thickened sludge pump, replacement of the existing three
polymer mixing/feeding units, with four new polymer mixing/feeding units, installation of a
TSS meter in the GBT feed wet well, rehabilitation of the existing HRC thickened sludge
pumps along with all related electrical and instrumentation components. The project also
includes construction of related electrical, control/instrumentation, piping, valves, grading,
paving, erosion/sediment control and associated work to render the facilities complete and
operational. All work shall be as described or implied in the Specifications and indicated on
the Drawings.
C. The foregoing description(s) shall not be construed as a complete description of ail work
required.
1.02 CONTRACT DOCUMENTS
A. The Work to be done is shown on the set of Drawings entitied ViUaqe Creek WRF Gravity
Belt Thickener Addition, Citv Proiect No. 01847 and dated April 2013. The numbers and
titles of all Drawings appear on the index sheet of the Drawings, Drawing G-2. All drawings
so enumerated shall be considered an integral part of the Contract Documents as defined
herein.
B. Certain Document Sections refer to Divisions of the Contract Specifications. Sections are
each individually numbered portions of the Specifications (numerically) such as 11 00 00, 43
21 13, 46 71 16, etc. The term Division is used as a convenience term meaning ail Sections
within a numerical grouping. Division 26 would thus include Sections 26 00 00 through 26
29 23.
SUMMARY OF WORK 01 11 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. Where references in the Contract Documents are made to Contractors for specific
disciplines of work (i.e. Electrical Contractor, etc.), these ��eferences shall be interpreted to
be the single prime Contractor when the project is bid or awarded as a single prime contract.
1.03 GENERAL ARRANGEMENT
A. Drawings indicate the extent and general arrangement of the work. If any departures from
the Drawings are deemed necessary by the Contractor tc accommodate the materials and
equipment he proposes to furnish, details of such departu�es and reasons therefore shall be
submitted as soon as practicable to the City's Project Rep�esentative for approval. No such
departures shall be made without the prior written approval of the City's Project
Representative. Approved changes shall be made without additional costto the Ownerfor
this work or related work under other Contracts of the Project.
B. The specific equipment proposed for use by the Contractor on the project may require
changes, in structures, auxiliary equipment, piping, electrrcal, mechanicai, controls or other
workto provide a complete satisfactory operating installation. The Contractorshall submitto
the City's Project Representative, for approval, all necessary Drawings and details showing
such changes to verify conformance with the overall project structural and architectural
requirements and overall project operating performance. The Bid Price shall include all
costs in connection with the preparation of new drawin�s and details and all changes to
construction work to accommodate the proposed equipme�t, including increases in the costs
of other Contracts.
1.04 CONSTRUCTION PERMITS, EASEMENTS AND ENCROACHMENTS
A. The Owner shall obtain or cause to be obtained all permanent and temporary construction
easements as shown on the Drawings. The Contractor shall verify that these agreements
have been obtained and shall comply with the conditions set forth in each agreement.
B. The Contractor shall obtain, keep current and pay all fees for any necessary construction
permits from those authorities, agencies, or municipali��,ies having jurisdiction over land
areas, utilities, or structures which are located within the Contract limits and which will be
occupied, encountered, used, or temporarily interrupted by the Contractor's operations
unless otherwise stated. Record copies of all permits shall be furnished to the City's Project
Representative.
C. When construction permits are accompanied by regulat:ons or requirements issued by a
particular authority, agency or municipality, it shall be '�he Contractor's responsibility to
familiarize himself and comply with such regulations or requirements as they apply to his
operations on this Project.
1.05 ADDITIONAL SERVICES BY THE RESIDENT PROJECT REPRESENTATIVE
A. In the event that the City's Project Representative is requ�red to provide additional services
as a result of substitution of materials or equipment which are not "or equal" by the
Contractor, or changes bythe Contractor in dimension, w�ight, power requirements, etc., of
the equipment and accessories furnished, or if the City's Project Representative is required
to examine and evaluate any changes proposed by the Contractor for the convenience of
SUMMARY OF WORK 01 11 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
the Contractor, then the City's Project Representative's charges in connection with such
additional services shall be charged to the Contractor by the Owner.
B. Structural design shown on the Contract Drawings is based upon typical weights for major
items of equipment as indicated on the Contract Drawings and specified. If the equipment
furnished exceeds the weights of said equipment, the Contractor shall assume the
responsibility for all costs of redesign and for any construction changes required to
accommodate the equipment furnished, including the City's Project Representative's
expenses in connection therewith.
C. In the event that the City's Project Representative is required to provide additional services
as a result of Contractor's errors, omissions, or failure to conform to the requirements of the
Contract Documents, or if the City's Project Representative is required to examine and
evaluate any changes proposed by the Contractor solely for the convenience of the
Contractor, then the City's Project Representative's charges in connection with such
additional services shall be charged to the Contractor by the Owner.
1.06 ADDITIONAL OWNER'S EXPENSES
A. in the event the Work of this Contract is not completed within the time set forth in the
Contract or within the time to which such completion may have been extended in
accordance with the Contract Documents, the additional engineering or inspection charges
incurred by the Owner may be charged to the Contractor and deducted from the monies due
him. Extra work or supplemental Contract work added to the original Contract, as well as
extenuating circumstances beyond the control of the Contractor, will be given due
consideration by the Owner before assessing engineering and inspection charges against
the Contractor.
B. Unless otherwise specifically permitted, the normal time ofwork underthis Contract is limited
to 8 hours per day, Monday through Friday. Work beyond these hours will result in
additional expense to the Owner. Any expenses and/or damages, including the cost of the
City's Project Representative's on site personnel, arising from the Contractor's operations
beyond the hours and days specified above shall be borne by the Contractor. Requests to
work beyond the hours and days specified above shall be submitted to the Owner of the
City's Project Representative at least one week prior to the need for additional hours or days
and must be approved prior to the extension.
C. Charges assessed to the Contractorfor additional engineering and inspection costs will be
determined based on actual hours charged to the job by the City's Project Representative.
Daily rates will depend on the number and classifications of employees involved, but in no
case shali such charges exceed $800 per day for field personnel and $1000 per day for
engineering personnel, based on an eight hour workday.
D. Charges for additional Owner's expenses shall be in addition to any liquidated damages
assessed in accordance with the Contract.
1.07 TIME OF WORK
A. The normal time of work for this Contract is limited to 40 hours per week and shall generally
be between the hours of 7:00 a.m. and 6:00 p.m., Monday through Friday. The Contractor
SUMMARY OF WORK 01 11 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
may elect to work beyond these hours or on weekends prcvided that all costs incurred by the
Owner for additional services shall be borne by the Contractor.
The Owner shali deduct the cost of additional services from monies due the
Contractor.
Requests to work beyond these hours must be submitted one week prior to the need for the
increased time and must be approved by the City's Project Representative prior to the
extension.
B. If it shall become imperative to perform work at nigh.:, the Owner and City's Project
Representative shall be informed a reasonable time in �dvance of the beginning of such
work. Temporary lighting and all other necessaryfacilities for performing and inspecting the
work shall be provided and maintained by the Contractor.
C. Unless otherwise specifically permitted, all work that woGld be subject to damage shall be
stopped during inclement, stormy or freezing weather. �nly such work as will not suffer
injury to workmanship or materials will be permitted. Co�tractor shall carefully protect his
work against damage or injury from the weather, and when work is permitted during freezing
weather, he shall provide and maintain approved facilities for heating the materials and for
protecting the finished work.
1.08 SUBSURFACE DATA
A. Subsurface data (if provided) are offered in good faith solely for placing the Bidder in receipt
of all information available to the Owner and Engineer an� in no event is to be considered as
part of the Contract Documents.
B. The Bidder must interpret such subsurface data acccrding to his own judgment and
acknowledge that he is not relying upon the same as acc�rately describing the subsurface
conditions, which may be found to exist.
The test boring logs present factual information o'� the subsurface conditions at the
specific test boring location only. The Bidder should not consider, or conclude, that
the subsurface conditions will be consistent between test boring locations.
C. The Bidder further acknowledges that he assumes all risks contingent upon the nature of the
sub-surface conditions to be actually encountered by him in performing the work covered by
the Contract, even though such actual conditions may result in the Bidder performing more
or less work than he originally anticipated.
D. In making this data available, the Owner makes no guarantee, either expressed or implied,
as to their accuracy or to the accuracy of any interpretation thereof.
1.09 SURVEYS AND LAYOUT
A. All work under this Contract shall be constructed in acccrdance with the lines and grades
shown on the Drawings or as directed by the City's Pro�ect Representative. Elevation of
existing ground and appurtenances are believed to be reasonably correct but are not
guaranteed to be absolute and therefore are presented only as an approximation. Any error
SUMMARY OF WORK 01 11 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar:d Sawyer Project No. 60000-000
or apparent discrepancy in the data shown or omissions of data required for accurately
accomplishing the stake out survey shall be referred immediately to the City's Project
Representative for interpretation or correction.
B. All survey work for construction control purposes shall be made by the Contractor at his
expense. The Contractor shall provide a Licensed Surveyor as Chief of Party, competently
qualified men, ail necessary instruments, stakes, and other material to perform the work.
C. Contractor shall establish all baselines for the location of the principal component parts of
the work together with a suitable number of bench marks and batter boards adjacent to the
work. Based upon the information provided by the Contract Drawings, the Contractor shall
develop and make all detail surveys necessary for construction, including slope stakes,
batter boards, stakes for all working points, lines and elevations.
D. Contractor shall have the responsibility to carefully preserve the bench marks, reference
points and stakes, and in the case of destruction thereof by the Contractor or resulting from
-- his negligence, the Contractor shall be charged with the expense and damage resulting
therefrom and shall be responsible for any mistakes that may be caused bythe unnecessary
loss or disturbance of such bench marks, reference points and stakes.
E. Existing or new control points, property markers and monuments that will be or are
destroyed during the normal causes of construction shall be reestablished bythe Contractor
and all reference ties recorded therefore shall be furnished to the City's Project
Representative. All computations necessary to establish the exact position of the work shall
be made and preserved by the Contractor.
F. The City's Project Representative may check all or any portion of the work and the
Contractor shall afford all necessary assistance to the City's Project Representative in
- carrying out such checks. Any necessary corrections to the work shall be immediately made
by the Contractor. Such checking by the City's Project Representative shall not relieve the
Contractor of any responsibilities for the accuracy or completeness of his work.
G. At completion of the work, the Contractor shall furnish Record Drawings indicating the final
layout of all structures, roads, all structures, existing bench marks, etc. The Record
Drawings shall indicate all critical elevations of piping, structures, finish grades, etc.
H. Contractor shall have all weirs surveyed by a licensed land surveyor and adjusted to match
specified elevations as shown on the Contract Drawings. Weirs shall be surveyed at no
more than ten (10) feet spacing, but no less than 2 points shall be surveyed on each section
of weir plate. Final elevations shall be set to within a tolerance of +/- 0.05 inches of specified
elevation. If a greatertolerance is allowed, itwill be noted on the Contract Drawings. Afinal
report showing all specified and surveyed elevations shall be certified by the surveyor and
delivered to the City's Project Representative.
� - --• •
A. Contractor shall take all necessary precautions to prevent fires at or adjacent to the work,
-- buildings, etc., and shall provide adequate facilities for extinguishing fires which do occur.
Burning, if permitted in Division 02, shall be limited to areas approved by the City's Project
Representative and Owner and properly controlled by the Contractor.
SUMMARY OF WORK 01 11 00 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
B. When fire or explosion hazards are created in the vicin�ty of the work as a result of the
locations of fuel tanks, or similar hazardous utilities or devices, the Contractor shall
immediately alert the locai Fire Marshal, the City's Project �epresentative, and the Owner of
such tank or device. The Contractor shall exercise all saf�ty precautions and shall comply
with all instructions issued by the Fire Marshal and shall cooperate with the Owner of the
tank or device to prevent the occurrence of fire or explosion.
1.11 CHEMICALS
A. All chemicals used during project construction or furnished for project operation, whether
herbicide, pesticide, disinfectant, polymer, or reactant oi other classification, must show
approval of either the EPA or USDA. Use of all such chemicals and disposal of residues
shall be in strict conformance with all applicable rules and regulations.
1.12 FIRST AID FACILITIES AND ACCIDENTS
A. First Aid Facilities
The Contractor shall provide
necessary to supply first aid
connection with the work.
B. Accidents
at the site such vquipment and facilities ,as are
to any of his peYsonnel who may be injured in
1. The Contractor shall promptly report, in writing, to the City's Project Representative
and Owner all accidents whatsoever out of, or in connection with, the performance of
the work, whether on or adjacent to the site, whic� cause death, personal injury or
property damage, giving full detaiis and statements of witnesses.
2
3
If death, serious injuries, or serious damages au-e caused, the accident shall be
reported immediately by telephone or messenger to both the Owner and the City's
Project Representative.
If any claim is made by anyone against the Contractor or a Subcontractor on account
of any accidents, the Contractor shall promptly report the facts, in writing, to the
City's Project Representative and Owner, giving f�ll details of the claim.
1.13 ULTIMATE DISPOSITION OF CLAIMS BY ONE CONTRACTOR ARISING FROM
AL�EGED DAMAGE BY ANOTHER CONTRACTOR
A. During the progress of the work, other Contractors may be engaged in performing otherwork
or may be awarded other Contracts for additional work on this project. In that event, the
Contractor shall coordinate the work to be done hereunder with the work of such other
Contractors and the Contractor shall fully cooperate v�✓ith such other Contractors and
carefully fit its own work to that provided under other Contracts as may be directed by the
City's Project Representative. The Contractor shall not commit or permit any act which will
interfere with the performance of work by any other Cont:ractor.
SUMMARY OF WORK 01 11 00 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
B. If the City's Project Representative shali determine that the Contractor is failing to coordinate
his work with the work of the other Contractors as the City's Project Representative directed,
then the Owner shall have the right to withhoid any payments otherwise due hereunder until
the Contractor completely complies with the City's Project Representative's directions.
C. If the Contractor notifies the City's Project Representative in writing that another Contractor
is failing to coordinate his work with the work of this Contract as directed, the City's Project
Representative will promptly investigate the charge. If the City's Project Representative
finds it to be true, he will promptly issue such directions to the other Contractor with respect
thereto as the situation may require. The Owner, the City's Project Representative, nor any
of their agents shail not, however, be liable for any damages suffered by the Contractor by
reason of the other Contractor's failure to promptly compiy with the directions so issued by
the City's Project Representative, or by reason of another Contractor's default in
performance, it being understood that the Owner does not guarantee the responsibility or
continued efficiency of any Contractor.
D. The Contractor shall indemnify and hold the Owner and the City's Project Representative
harmless from any and all claims of judgments for damages and from costs and expenses to
which the Owner may be subjected or which it may suffer or incur by reason of the
Contractor's failure to comply with the City's Project Representative's directions promptly.
E. Shouid the Contractor sustain any damage through any act or omission of any other
Contractor having a Contractwith the Ownerforthe performance of work upon the site or of
work which may be necessary to be performed for the proper execution of the work to be
perFormed hereunder, or through any act or omission of a Subcontractor of such Contract,
the Contractor shall have no claim against the Owner orthe City's Project Representative for
such damage, but shall have a right to recover such damage from the other Contractor
underthe provision similarto thefollowing provisions which have been orwill be inserted in
the Contracts with such other Contractors.
F. Should any other Contractor having or who shall hereafter have a Contract with the Owner
for the performance of work upon the site sustain any damage through any act or omission
of the Contractor hereunder or through any act or omission of any Subcontractor of the
Contractor, the Contractor agrees to reimburse such other Contractorfor all such damages
and to defend at his own expense any suit based upon such claim and if any judgment or
claims against the Owner shall be allowed, the Contractor shall pay or satisfy such judgment
or claim and pay all costs and expenses in connection therewith and shall indemnify and
hoid the Owner harmless from all such claims.
G. The Owner's right to indemnification hereunder shall in no way be diminished, waived or
_ discharged, by its recourse to assessment of liquidated damages as provided in the
Contract, or by the exercise of any other remedy provided for by Contract Documents or by
law.
1.14 BLASTING AND EXPLOSIVES
A. THE USE OF BLASTING OR EXPLOSIVES SHALL NOT BE ALLOWED UNDER THIS
PROJECT.
1.15 LIMITS OF WORK AREA
SUMMARY OF WORK 01 11 00 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
A. The Contractor shall confine his construction operations within the Contract limits shown on
the Drawings and/or property lines and/orfence lines. Sterage of equipment and materials,
or erection and use of sheds outside of the Contract limits, if such areas are the property of
the Owner, shall be used only with the Owner's approval. Such storage or temporary
structures, even within the Contract's limits, shall be confined to the Owner's property and
shall not be placed on properties designated as easements or rights-of-way unless
specifically permitted elsewhere in the Contract Documents.
1.16 WEATHER CONDITIONS
A. No work shall be done when the weather is unsuitable. TF�e Contractor shall take necessary
precautions (in the event of impending storms) to protect all work, materials, or equipment
from damage or deterioration due to floods, driving rain, or wind, and snow storms. The
Owner reserves the right, through the opinion of the City's Project Representative, to order
that additional protection measures over and beyond those proposed by the Contractor, be
taken to safeguard all components of the Project. The Contractor shall not claim any
compensation for such precautionary measures so orde��ed, nor claim any compensation
from the Owner for damage to the work from weather elements.
B. The mixing and placing of concrete or pavement courses, the laying of masonry, and
installation of sewers and water mains shall be stopped during rainstorms, if ordered by the
City's Project Representative; and all freshly placed work shall be protected by canvas or
other suitable covering in such manner as to prevent running water from coming in contact
with it. Sufficient coverings shall be provided and kept ready at hand for this purpose. The
limitations and requirements for mixing and placing conc.-ete, or laying of masonry, in cold
weather shall be as described elsewhere in these Specif�cations.
1.17 PERIODIC CLEANUP: BASIC SITE RESTORATION
A. During construction, the Contractor shall regularly remove from the site of the work all
accumulated debris and surplus materials of any kind which result from his operations.
Unused equipment and tools shall be stored at the Contractor's yard or base of operations
for the Project.
B. W hen the work involves installation of sewers, drains, wa�er mains, manholes, underground
structures, or other disturbance of existing features in or across streets, rights-of-way,
easements, or private property, the Contractor shall (as the work progresses) promptly
backfill, compact, grade, and otherwise restore the disturbed area to the basic condition
which will permit resumption of pedestrian orvehiculartraific and any othercritical activity or
functions consistent with the original use of the land. The :�equirements for temporary paving
of streets, walks, and driveways are specified elsewhere. Unsightly mounds of earth, large
stones, boulders, and debris shall be removed so that the site presents a neat appearance.
C. The Contractor shall perform the cleanup work on a regular basis and as frequently as
ordered by the City's Project Representative. Basic site restoration in a particular area shall
be accomplished immediatelyfollowing the installation orcompletion ofthe required facilities
in that area. Furthermore, such work shall also be accomplished, when ordered bythe City's
Project Representative, if partially completed facilities must remain incomplete for some time
period due to unforeseen circumstances.
SUMMARY OF WORK 01 11 00 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen ar�d Sawyer Project No. 60000-000
D. Upon failure of the Contractorto perform periodic cleanup and basic restoration of the site to
the City's Project Representative's satisfaction, the Owner may, upon five (5) days prior
written notice to the Contractor, without prejudice to any other rights or remedies of the
Owner, cause such work for which the Contractor is responsible to be accomplished to the
extent deemed necessary by the City's Project Representative, and all costs resulting
therefrom shall be charged to the Contractor and deducted from the amounts of money that
may be due him.
1.18 USE OF FACI�ITIES BEFORE COMPLETION
A. The Owner reserves the right to enter and use any portion of the constructed facilities before
final completion of the whole work to be done under this Contract. However, only those
portions of the facilities which have been completed to the City's Project Representative's
satisfaction, as evidenced by his issuing a Certificate of Substantial Completion covering
that part of the work, shall be placed in service.
B. It shall be the Owner's responsibility to prevent premature connections to or use of any
portion of the installed facilities by private or public parties, persons or groups of persons,
before the City's Project Representative issues his Certificate of Substantial Completion
covering that portion of the work to be placed in service.
C. Consistent with the approved progress schedule, the Contractor shall cooperate with the
Owner, his agents, and the City's Project Representative to accelerate completion of those
facilities, or portions thereof, which have been designated for early use by the Owner.
1.19 CONSTRUCTION VIDEO
A. The Contractor shall video the entire project site including all concrete and asphalt
pavements, curb and gutter, fencing to remain, structures to be demolished, and existing
structures that are to be modified. The original video image shall be turned overto the City's
Project Representative prior to beginning construction activities. The video shall be provided
as an Audio Video Interleave File (.avi) and shail be provided on DVD+R/DVD-ROM
compatible media only. The video shall clearly identify existing site and structural conditions
prior to construction.
I' _ ����:�iI�1�Z�
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
SUMMARY OF WORK 01 11 00 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 01 14 13
SITE ACCESS AND STORAGE
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Access Roads
1. The General Contractor shall construct and maintain such temporary access roads
as required to perform the work of this Contract.
2. Access roads, where possible, shall be located over the areas of the future road
system.
3. Access roads shall be located within the property lines of the Owner unless the
Contractor independently secures easements for his use and convenience.
Contractor shall submit written documentation to the City's Project Representative for
any Contractor secured easements across privately held property. Easement
agreement shall specify terms and conditions of use and provisions for site
restoration. A written release from the property owner certifying that all terms of the
easement agreement have been complied by the Contractor shall be furnished to the
City's Project Representative prior to final payment.
4. Existing access roads used by the Contractor shall be suitably maintained by the
Contractor at his expense during construction. Contractor shall not be permitted to
restrict Owner access to existing facilities. The City's Project Representative may
direct Contractor to perform maintenance of existing access roads when the City's
Project Representative determines that such work is required to insure all weather
access by the Owner.
5. The Contractor shall obtain and pay all cost associated with any bonds required by
the Texas Department of Transportation for the use of State maintained roads.
B. Parking Areas
1. Each Contractor shall construct and maintain suitable parking areas for his
construction personnel on the project site where approved by the City's Project
Representative and the Owner.
C. Restoration
1. At the completion of the work, the surfaces of land used for access roads and
parking areas shall be restored by each Contractorto its original condition and to the
satisfaction of the City's Project Representative. At a minimum, such restoration
shall include establishment of a permanent ground cover adequate to restrain
erosion for all disturbed areas.
SITE ACCESS AND STORAGE 01 14 13 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
D. Traffic Regulations
Contractor shall obey all traffic laws and comply w:th all the requirements, rules and
regulations of the TxDOT and other local authoriti�s having jurisdiction to maintain
adequate warning signs, lights, barriers, etc., for the protection of traffic ori public
roadways.
E. Storage of Equipment and Materials
Contractor shall store his equipment and material� at the job site in accordance with
the requirements of the General Conditions, the Supplemental Conditions, and as
hereinafter specified. All equipment and materials shall be stored in accordance with
manufacturer's recommendations and as directed by the Owner or City's Project
Representative, and in conformityto applicable sta�utes, ordinances, regulations and
rulings of the public authority having jurisdiction. 'JVhere space or strip heaters are
provided within the enclosure for motors, valve operators, motor starters, panels,
instruments, or other electricai equipment, the Contractor shall make connections to
these heaters from an appropriate power source and operate the heaters with
temperature control as necessary until the equipm�nt is installed and being operated
according to its intended use.
2. Contractor shali enforce the instructions of Owner and City's Project Representative
regarding the posting of regulatory signs for loadings on structures, fire safety, and
smoking areas.
Contractor shall not store materials or encroach upon private property without the
written consent of the owners of such private property.
4. Contractor shall not store unnecessary materials or equipment on the job site, and
shall take care to prevent any structure from being loaded with a weight which will
endanger its security or the safety of persons.
5. Materials shall not be placed within ten (10) feet cf fire hydrants. Gutters, drainage
channels and inlets shall be kept unobstructed at all times.
6. Contractor shall provide adequate temporary storage buildings/facilities, if required,
to protect materials or equipment on the job site.
1.02 CONTRACTOR'S USE OF SITE
A. Limit the use of Site for Work and storage to those areas designated on the Drawings or
approved by the Owner or City's Project Representative. Coordinate the use of the premises
with the City's Project Representative.
B. Repair or correct any damage to existing facilities, including contamination, caused by the
Contractor's personnel, visitors, materials, or equipment.
C. Do not permit alcoholic beverages or illegal substances �n the Site. Do not allow persons
under the influence of alcoholic beverages or iilegal substances to enter or remain on the
Site at any time. Persons on Site under the influence of alcoholic beverages or illegal
SITE ACCESS AND STORAGE 01 14 13 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
substances will be permanently prohibited from returning to the Site. Criminal or civil
penalties may also apply.
D. Park construction equipment in designated areas only and provide spill control measures as
discussed in Section 01 57 00 "Temporary Controls."
E. Park employees' vehicles in designated areas only.
F. Obtain written permission of the Owner before entering privately-owned land outside of the
Owner's property, rights-of-way, or easements.
G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual
harassment in anyform. These actions will cause immediate and permanent removal ofthe
offender from the premises. Criminal or civil penalties may apply.
H. Require Workers to wear ciothing that is inoffensive and meets safety requirements. Do not
allow sleeveless shirts, shorts, exceedingly torn, ripped or soiled clothing to be worn on the
project.
I. Do not allow firearms or weapons of any sort to be brought on to the Site under any
conditions. No exception is to be made for persons with concealed handgun permits.
Remove any firearms or weapons and the person possessing these firearms or weapons
permanently and immediately from the Site.
1.03 ACCESS TO THE SITE
A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or
access to the various buildings, structures, stairways, or entrances. Provide safe temporary
walks or other structures to allow access for normal operations during construction.
B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffoiding and
protective equipment in place until inspections have been completed. Construct additional
safe access if required for inspections.
C. Provide security at the Site as necessary to protect against vandalism and loss by theft.
D. Use State, County, or City roadways for construction traffic only with written approval of the
appropriate representatives of each entity. State, County, or City roadways may not all be
approved for construction traffic. Obtain written approval to use State, County, City or private
roads to deliver pipe and/or heavy equipment to the Site. Copies of the written approvals
must be furnished to the Owner as Record Data before Work begins. No additional
compensation wiil be paid because the Contractor is unable to gain access to the easement
from public roadways.
1.04 SECURITY PROCEDURES
A. Contractor security procedures at the plant during construction shall minimize the potential
for property damage, danger to plant personnel, danger to construction personnel, and
dangerto the public and operational problems due to unauthorized entryto and/oractivities
SITE ACCESS AND STORAGE 01 14 13 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
at the plant. Contractor shall be responsible for implementing procedures that will provide
secure conditions associated with construction activities.
B. General security requirements associated with this project are listed below.
All contractors that are expected to be working �t the site during this project are
required to conduct background checks on employees. Following their background
checks, successful completion of the necessar�f safety orientation, they will be
provided with Village Creek Water Reclamation Facility specific identification badges
by the plant safety coordinator. They will be required to sign documentation that
reflects issuance of the identification badge.
2. Contractor and Subcontractor personnel shall be responsible for monitoring activities
and providing deterrence to undesirable activities at the plant.
1.05 CONSTRUCTION PERSONNEL REQUIREMENTS
A. Background Security Checks
Current background security check (no older than one year prior to Notice to
Proceed) are required for each Contractor and Subcontractor employee.
2. Acceptable background sources of information irclude the United States Federal
Government, the Department of Public Safety fror� the employee's home state (the
state that issued their driver's license or identification card), and for non-citizens, the
native country's national law-enforcement agency.
3. The results of each background check shall be dated and submitted to the Owner
as an original, certified official documentfrom the agency performing the check, and
shall bear all appropriate seals and signatures of =:he agency perForming the check
and include the agency address and telephone n€amber.
4. Disqualifiers for Security Checks
a. Murder Conviction
Any Terroristic Act or Threat
c. Any Registered Sex Offender
Any Conviction of Violence that Causes Serious Bodily Injury within past 5
yea rs
e. Felony Theft Conviction within past 10 years
Felony Burglary Conviction within past 10 years
g. Contractor may add additional qualifiers
5. The results of background checks may be audited at any time.
SITE ACCESS AND STORAGE 01 14 13 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
B. Viliage Creek Water Reclamation Facility personnel will supply all security badges to the
Contractor. The Contractor and subcontractors shall display the security badges at all times.
1.06 ACCESS CONTROL
A. Working Hours
1. Site access for employees of all Contractors and Subcontractors shall be monitored
(badges) by the security person at the plant entrance.
2. Contractor shall notify security person at entrance in writing of expected construction
traffic other than employees (deliveries, equipment servicemen, and others), or
security person shall contact construction superintendent of appropriate Contractor
or Subcontractors to vouch for entry of non-empioyee construction related parties.
Cell phone numbers shall be provided for the construction superintendents
authorized to vouch for entry. Approved individuals shall receive a visitor badge and
shall be escorted by badged contract personnel while on the work site. Visitor badge
shall be returned to the security guard upon departing the worksite. Contractor is
responsible for the actions of all visitors while on the work site.
3. The person in responsible charge of the plant (Plant Superintendent) will notify
security person in writing of anticipated visitors to the plant, or security person shall
contact Piant Superintendent and obtain approval for unexpected plant visitors to
enter plant.
B. Non-Working Hours
1. Where plant access is required in other than normal working hours, Contractor and
Subcontractors shall coordinate with the City's Project Representative to coordinate
access. Not less than 48 hour notice shall be provided for access during non-
working hours.
2. Gates into the current areas of the plant that are fenced shall be locked by the
Contractor at the end of the work day. The Contractor shall provide a separate lock
from the plant lock (Owner lock).
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
u
- END OF SECTION -
SITE ACCESS AND STORAGE 01 14 13 - 5 VCWRF GBT Addition
City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
SECTION 01 26 00
MODIFICATION PROCEDURES
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Work includes all labor, materials, equipment and appliances required for the complete
execution of additions, modifications and alterations to existing buiidings and structures as
shown on the Drawings and specified under the various Sections of the Contract
Specifications and as required by conditions at the site.
B. The Contractor shall have examined all work to be perFormed to the existing buildings and
- familiarize himself with the nature and extentto which the existing buildings will be damaged,
items removed or rearranged due to the work under his Contract and that of other Contracts.
1. Cutting and patching shall conform to the requirements of the General Conditions,
Supplemental Conditions, and as specified herein.
2. Patching work shall be performed with similar materials and in the same manner as
adjoining work. Joining between old and new work shall be perfect and practically
invisible. All due caution shall be taken to obtain a bond between old and newwork.
C. Major portions of the work are indicated on the Drawings and the accompanying
Specifications thereto. All work must be complete in all respects and executed with high
quality workmanship.
-- D. Work not specifically indicated by details or general notes on the Drawings may include the
following:
1. Removing loose rust, sealing or peeling paint from metal surfaces by scraping,
sanding orwire brushing; priming and repainting metal surface (inside and outside)
as specified under Division 09 - Finishes.
2. Patching, cleaning, sealing and resurfacing concrete floors, walls, lintels, silis and
trim and replacing lintels where broken.
3. Cutting and modifying existing openings as necessary to receive new work and
providing new lintels, doors, frames, etc.
4. Patching existing doors and frames and refinishing as required.
0
W
5. Patching, refinishing and/or replacing ceilings. �
6. Patching and/or replacing broken, spalled, cracked and disintegrating concrete
encasing steel columns and piers.
MODIFICATION PROCEDURES 01 26 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
7. Cleaning and repainting steel handrailing, brackets, sleeves, etc. Replacing existing
railing with new aluminum railing, brackets, sleev�s, etc.
1.02 SITE AND BUI�DINGS
A. Site Visit
Priorto submission of Bids, the Contractorshall have visited the site and thoroughly
acquainted himself with the exact nature of the work indicated on the Drawings and
the Specifications requirements. Failure to comply with the aforementioned
requirements shall not constitute a basis for claims for additional compensation.
B. Measurements
Prior to ordering any materials or doing any woYk, the Contractor shall verify all
measurements, dimensions and other conditions of each building scheduled for work
as may be necessary or required in connection with his work. The Contractor shall
be responsible for the correctness of same.
1.03 MATERIALS
A. All materials to perForm and complete the work shall be n�w. Salvaged materials, such as
brick, stone copings, granite sills, may be used under certain conditions subject to the
approval of the Owner and City's Project Representative.
B. All salvaged materials shall be sound and undamaged. Materials to be reused shall be
stored and protected as directed by the City's Project Rep� esentative. Care shall be taken to
prevent damage to materials or equipment to be reused.
1.04 SHORING, UNDERPINNING AND BRACING
A. When necessary and required, the Contractor shall pro��ide underpinning and temporary
shoring and bracings, all in accordance with code requirements, and as approved by the
City's Project Representative.
B. Shoring and bracing shail be of such form and so installee as to safely support the work and
interfere as little as possible with the progress of the work. Suitable means shall be provided
to adjust any settlement in the shoring supports. Temporary shoring shall consist of sound
timbers or rolled shapes of required dimensions which shall be removed after necessity for
same ceases to exist. All work removed or damaged through installation of temporary
shoring or through improper shoring shall be repiaced or repaired after the shoring is
removed, at no additional cost to the Owner.
1.05 WORK PREPARATION AND TEMPORARY ACCESS
A. The Contractor, before commencing work, shall prepare and submitforapproval a progress
schedule in accordance with the requirements of Sectior 01 33 00 - Submittals, in order to
coordinate the work of all trades and to insure completion on or before the completion date.
The Owner and the City's Project Representative reserve the right to revise or modify such
MODIFICATION PROCEDURES 01 26 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
schedules as required to expedite each phase of work and to coordinate such work with the
partial use of the building for purposes as directed.
B. No facility such as toilets, corridors, etc., shall be barricaded or access restricted without
providing other temporary or interim means of access. It is further required that no work
specified hereinafter shall disturb or interfere with the operation of the existing mechanical
installation until proposed new work has been completed or satisfactorily installed.
Exception may be made to this requirement only by written approval from the Owner and
City's Project Representative.
C. Detailed sequence of availability of areas within the present buildings where work is to be
performed under each Contract shall be in accordance with Section 01 76 00, Maintenance
of Utility Operations During Construction, but may be modified by the Contractor, upon
authorization by the Owner and City's Project Representative as the work progresses.
D. Existing built-in equipment to remain in the final work, but requiring temporary removal for
the installation of new construction, alterations, repairs and/or renovations, shall be
disconnected bythe Electrical Contractor(Subcontractor)and removed bytheContractorto
temporary storage areas designated by the Owner. Resetting of existing equipment under
this heading shall be perFormed by the Contractor and connecting to electric service lines
shall be performed by the Electrical Contractor (Subcontractor).
E. The Contractor shall furnish and install all temporary fire exits, fire extinguishers, hose and
safety devices as may be required by authorities having jurisdiction.
F. Work within existing buildings to be performed, once started, shall be completed as quickly
as practicable and each trade shall determine before work is started that all required
materials are at hand or readily obtainable to avoid delays.
G. Shutdowns of existing services within existing buildings which may be occupied during
construction will be permitted only upon approval by the Owner subject to at least three
weeks notice in writing to the Owner in each case. Shutdowns will be limited to times which
will result in the least interference with normal operations. Refer to Section 01 76 00 -
Maintenance of Utility Operations During Construction for additional requirements.
i�[�I:�.l����e�cz•z•»:�_�:�r��r•���
A. The Contractor shall furnish and erect all necessary temporary dust-proof partitions where
required to protect unaltered portions of existing buildings and structures or as directed by
the Owner or City's Project Representative.
B. Partitions shall be constructed of wood studs with plywood on both sides. Partitions shall
extend from floor to ceiling with a closure plate at floor and ceiling. The Contractor shall
furnish and install one door in each enclosure complete with hardware attached and keyed
as directed. Such enclosures will be required in areas of major demolition work and for
protection of existing equipment.
MODIFICATION PROCEDURES 01 26 00 - 3 VCWRF GBT Addition
City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
1.07 WEATHER PROTECTION
A. W here exterior walls or roofs are being altered, or disturbed for any adjacent alteration, the
Contractor shall provide temporary weather protection in those areas to keep interior of
buildings absolutely dry and unaffected by the weather. The Contractor will be held
responsible for any damage caused by improper protection against weather.
B. Where existing exteriorwalls or roofs are disturbed due to alterations, disturbances shall be
kept to a minimum and walls or roofs shall be repaired ard patched in such a manner that
the buildings will be absolutely watertight and meet the vonditions of the existing roofing
flashing and waterproofing bonds and guarantees.
1.08 CUTTING, PATCHING, REPAIRING, AND REFINISHING
A. The Contractor shail be responsible for cutting all operings in walls, floors and ceilings
(indicated to remain) to accommodate alteration work un�er his Contract in accordance with
the requirements of the General Conditions, Supplemental Conditions, and as hereinafter
specified. Rough patching and all finish patching shail b� by the Contractor.
Where new openings are to occur in existing exterior and interior concrete and
masonry bearing walls and structural concrete floo-, the Contractorwill be required to
notify the Owner and City's Project Representative in writing and shall obtain
approval priorto cutting operations. The City's Prcject Representative will determine
whether such openings affect the structural stab:lity or load bearing capacities of
walls and floors.
2. All holes and openings to be cut in existing walls. floors and ceilings of any nature
shall be geometrically correct and no larger thar: necessary to accommodate the
new work.
3. No cutting of finished or structural work may be done without the approval of the
City's Project Representative.
B. Major demolition and removal work such as demolition of auildings and structures, complete
or nearly complete removal of floors, walls and ceilings indicated on the Drawings, shall be
performed by the Contractor. The Contractor shall also be responsible for all finish patching
operations of holes and openings in existing floors, walls, ceilings and roofs to
accommodate the alteration work under the Plumbing, HVAC and Electrical Sections as well
as that required for the Contractor's work hereinafter specified.
C. Each Contractor and/or his Subcontractors shall provi�e sleeves, forms and inserts for
installation by the General Contractor as specified in Section 01010, Summary of Work.
1.09 EXISTING EQUIPMENT AND FURNISHINGS
A. Existing built-in equipmentto remain in the finai work and 3 equiring temporary removal shaii
be as hereinbefore specified under paragraph 1.05, D.
B. Existing appliances and portable equipment such as desks, chairs, tables, etc., shall remain
the property of the Owner and will be removed from rooms and spaces to be altered by the
MODIFICATION PROCEDURES 01 26 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
Contractor prior to construction and alteration operations, and stored where directed by the
Owner.
C. All unsalvageable equipment shall become the property of the Contractor in accordance with
the requirements of Section 01 71 40, Demolition and Removal of Existing Structures and
Equipment, and shall be removed from each building and awayfrom the site. Equipmentto
be retained, or relocated, shall be as shown on the Drawings or as specified.
1.10 SCHEDULE OF INTERIOR FINISHES FOR EXISTING BUILDINGS
A. Unless otherwise specified, all materials required for the work in the existing buildings shall
be new, and where required shall match existing adjacent finishes.
B. As indicated on the Drawings, specified or otherwise required to complete the work, the
Contractor shall cut new openings and block up existing openings in floors, walls, partitions
and ceilings; remove existing floors; remove, relocate existing and/or install new windows,
- doors, frames, transoms, access doors, partition sash and trim.
C. The Contractor shall remove window sash, frame, sill, stool and trim at exterior door
openings to be blocked up; remove door, frame and trim and, unless otherwise hereinafter
specified or indicated on the Drawings to be blocked up with other materials, window and
door openings shall be blocked up with brick and/or masonry biock.
1. At door, sash and other openings in interior partitions and walls to be closed, block
up such openings with same materials and construction as adjacent, unless
otherwise indicated on the Drawings. Plaster and finishes applied at blocked up
openings shall finish even and straight, flush with and of the same texture or other
surface characteristics of existing adjacent finishes.
D. Existing finishes or subfloor surfaces which are scheduled to receive newfloorfinishes shall
be repaired, patched with concrete, asphalt latex type emulsion and underlayment as
required to suit existing surfaces or the new floor surfacing material to be applied.
E. Concrete and floors disturbed by alterations shall be patched to finish even, straight and
fiush with adjacent surfaces.
F. Where new ceramic tile flooring or base is to be installed over present concrete fioors or
base, and where a cove exists at the floor, the Contractor shall cut away part of the cove by
__ grinding or other approved means to the extent required for instaliation of the new flooring or
base.
G. Existing partitions to be removed shall be removed for their entire height.
H. Where existing bases and othertrim are removed and grounds are exposed and will not be
covered by new finishing materials such as resilient base, new trim, or wall covering,
grounds shall be removed and wall surfaces patched with plasterto finished even, straight
and flush with adjacent existing plaster surfaces. Where existing plaster ceilings are
--- scheduled to be removed, the ceilings shali be replaced with new metal furring, lathing and
plaster finish or acoustical ceilings or other ceiling system as indicated on the Drawings.
MODIFICATION PROCEDURES 01 26 00 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Where partitions or walls are removed and existing ceilir.g on each side of the partition or
wall is to remain, the gap shall be patched; a vertical break shall be provided if the ceilings
are at different levels. Where the ceiling on one side is to remain and a new ceiling is
scheduled for the area on the other side, the new ceiling shali be constructed so that the
new and existing finished ceiling areas will be at the sarre level.
Existing floors, walls and ceilings shall be cut as required for removal of existing services
and for installation of new plumbing, heating, ventilating �nd air conditioning, and electrical
work and related piping, duct work, conduits, fixtures anel equipment.
K. In addition to work specifically called for in the finish schedule on the Drawings, all finishes
disturbed in the performance of any alterations or new work by any Contractor shail be
patched or repaired to match existing surFaces or finishvs. Holes, siots, chases, etc., in
floors, walls and ceilings left by the removal of existir,g, or installation of new piping,
plumbing fixtures, radiators, duct work, registers, grills, conduit, receptacles, switches,
lighting fixtures and other items of the other Contracts shall also be patched or repaired by
the Contractor.
L. Existing spaces not listed on the finish schedule on the Drawings may require no work other
than complete painting and patching by the Contractor of surFaces damaged in performance
of any work included under this Contract.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
MODIFICATION PROCEDURES 01 26 00 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 01 29 00
PAYMENT PROCEDURES
PART 1 -- GENERAL
1.01 WORK INCLUDED
A. Payments for Work shall conform to the provisions of the General Conditions, the
Supplementary Conditions, the Agreement, and this Section. Apply provisions for
payments in the Section to all Subcontractors and Suppliers.
B. Submit Applications for Payment at the amounts indicated in the Agreement:
1. Amounts for each item in the Agreement shall include but not be limited to cost
for:
a. Mobilization, demobilization, cleanup, bonds, and insurance.
- b. Professional services including but not limited to engineering and legal
fees.
c. The products to be permanently incorporated into the project.
d. The products consumed during the construction of the project.
e. The labor and supervision to complete the project.
f. The equipment, including tools, machinery and appliances required to
- complete the project.
g. The field and home ofFice administration and overhead costs related
directly or indirectiy to the project.
h. Any and all kinds, amount of class of excavation, backfilling, pumping or
drainage, sheeting, shoring and bracing, disposal of any and ali surplus
materials, permanent protection of all overhead, surface or underground
structures; removai and replacement of any poles, conduits, pipelines,
fences, appurtenances and connections, clean up, overhead expense,
bond, public liability and compensation and property damage insurance,
patent fees, and royalties, risk due to the elements, and profits, unless
- otherwise specified.
2. Provide work not specifically set forth as an individual payment item but required
to provide a complete and functional system. These items are a subsidiary
obligation of the Contractor and are to be included in the Cost of Work.
3. Payment will be made for materiais on hand.
PAYMENT PROCEDURES 01 29 00 - 1 VCWRF GBT Addition
City Project No. 01847
Nazen and Sawyer Project No. 60000-000
a. Store materials properly on site per Section 01 14 13 "Site Access and
Storage".
1) Payment will be made for the invoice amount less the specified
retainage.
2) Provide invoices at the time materials are included on the
materials-on-hand tabulation.
b. Provide documentation of payment for materials-on-hand with the next
payment request. Adjust payment to the amount actually paid if this
differs from the invoice amount. Remcve items from the materials on
hand tabulation if this documentation is �ot provided so payment will be
not be made.
c. Payment for materials-on-hand is provided for the convenience of the
Contractor and does not constitute accep:ance of the product.
4. The work covered by progress payments becorr�es the property of the Owner at
the time of payment.
1.02 SCHEDULE OF VALUES AND PAYMENTS
A. Submit a detailed Schedule of Values for the Work to be performed on the project.
1. Submit a schedule in accordance with Section 0', 33 00, "Submittals".
2. Line items in the Agreement are to be used as lire items in the schedule.
3. Payment will be made on the quantity of Work compieted per Contract
Documents during the payment period and as measured per this Section.
a. Payment amount is the Work quantity ��neasured multiplied by the unit
prices for that line item in the Agreement.
b. Payment on a unit price basis will not be made for work outside finished
dimensions shown in the Contract Documents.
c. Partial payments wiil be made for lump sum line items in the Agreement.
1) Lump sum line items in the Ag�eement are to be divided into
smaller unit prices to allow mor� accurate determination of the
percentage of the item that has been completed.
a) Provide adequate det�il to allow more accurate
determination of the percentage of work completed for
each item.
PAYMENT PROCEDURES 01 29 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
b) Provide amounts for items that do not exceed $50,000.00.
An exception may be made for equipment packages that
cannot be subdivided into units or subassemblies.
- c) Separate product costs and instaliation costs.
(1) Product costs include cost for product, delivery and
unloading costs, royalties and patent fees, taxes,
and other cost paid directly to the Subcontractor or
- Supplier.
(2) Installation costs include cost for the supervision,
labor and equipment for field fabrication, erection,
instaliation, start-up, initial operation and overhead
-- and profit.
d) Lump sum items may be divided into an estimated number
of units.
(1) The estimated number of units times the cost per
unit must equal the lump sum amount for that line
item.
(2) Payment will be made for the entire lump sum line
item amount.
- e) Include a directly proportional amount of overhead and
profit for each line item.
fl Divide principal subcontract amounts into an adequate
number of line items to allow determination of the
percentage of work completed for each line item.
2) These line items may be used to establish the value of work to be
added or deleted from the project.
3) Correlate line items with other administrative schedules and
forms:
a) Progress schedule.
___ b) List of Subcontractors.
c) Schedule of ailowances.
d) Schedule of alternatives.
e) List of products and principal Suppliers.
f) Schedule of Submittals.
PAYMENT PROCEDURES 01 29 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
4) Costs for mobilization shall be listed as a separate line item and
shall be actuai cost for:
a) Bonds and insurance.
b) Transportation and setup equipment.
c) Transportation and/or erection of all field offices, sheds
and storage facilities.
d) Salaries for preparation af submittals required before the
first Application for Payme:�t.
e) Salaries for field personnel assigned to the project related
to the mobilization of the project.
(1) Mobilization may r.ot exceed 3 percent of the total
contract amount. Cost for mobilization may be
submitted only for work completed.
5) The sum of all values listed in the schedule must equai the totai
contract amount.
4. Submit a schedule indicating the anticipated schedule of payments to be made
by the Owner. Schedule shall indicate:
a. The Application for Payment number.
b. Date the request is to be submitted.
c. Anticipated amount of payment to be requested.
5. Update the Schedule of Payments quarterly or more often if necessary to provide
a reasonably accurate indication of the funds that the Owner will need to have
available to make payment to the Contractor for �ehe Work performed.
B. Provide written approval of the Schedule of Values, Application for Payment form, and
method of payment by the Surety Company providing ;�erformance, and bonds prior to
submitting the first Application for Payment. Paymer.t will not be made without this
approval.
1.03 PAYMENT PROCEDURES
A. Submit a Schedule of Values in the Application for Payment format to be used.
PAYMENT PROCEDURES 01 29 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
B. Applications for Payment may be submitted on a pre-printed form or may be generated
by computer. Computer generated payment requests must have the same format and
information indicated in the pre-printed form and be approved by the City's Project
Representative.
1. Indicate the total contract amount and the work completed to date on the
Tabulation of Values for Original Contract Performed (Attachment "A").
2. Include only approved Change Order Items in the Tabulation of Extra Work on
Approved Change Orders (Attachment "B").
3. List all materiais on hand that are presented for payment on the Tabulation of
Materials on Hand (Attachment "C"). Once an item has been entered on the
tabulation it is not to be removed.
4. include a Project Summary Report with each Application for Payment. Data
included in the Project Summary Report are to be taken from the other
tabulations. Include a completed summary as indicated in with each Applications
for Payment submitted.
a. Number each application sequentially and indicate the payment period.
Revised Applications for Payment will be resubmitted as A, B, C and so
forth to note changes in content.
__ b. Show the total amounts for value of original contract performed, extra
work on approved Change Orders, and materials on hand on the Project
Summary Report. Show total amounts that correspond to totals indicated
on the attached tabulation for each.
c. Note the number of pages in tabulations in the blank space on the
Project Summary Report to allow a determination that all sheets have
been submitted.
d. Execute Contractor's certification by the Contractor's agent of authority
and notarize for each Application for Payment.
5. Do not alter the schedule of values and the form for the submission of requests
without the written approvai of the City's Project Representative once these have
been approved by the City's Project Representative.
6. Final payment requires additional procedures and document per section 01 77 19
"Project Closeout".
C. Progress payments shall be made as the work progresses on a monthly basis.
1. End the payment period on the day indicated in the Agreement and submit an
Application for Payment for Work completed and materials received since the
end of the last payment period.
PAYMENT PROCEDURES 01 29 00 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2. At the end of the payment period, submit a draft copy of the Application for
Payment for that month to the City's Project Representative. Agreement is to be
reached on:
a. The percentage of work completed for ea�h lump sum item.
b. The quantity of work completed for each unit price item.
c. The percentage of work completed for ea�h approved Change Order
item.
d. The amount of materials-on-hand.
3. On the basis of these agreements the Contractor is to prepare a final copy of the
Application for Payment and submit it to the City's Project Representative for
approval.
4. The City's Project Representative will review the Application for Payment and if
appropriate will recommend payment of the application to the Owner.
D. Provide a revised and up-to-date progress schedule per Section 01 33 00 "Submittals"
with each Application for Payment.
E. Provide project photographs per Section 01 33 00 "Subnittals" with final Application for
Payment.
1.04 ALTERNATES AND A��OWANCES
A. Include amounts for specified Alternate Work in the Agr�ement.
1.05 MEASUREMENT PROCEDURES
A. Measure the Work described in the Agreement for payment. Payment will be made only
for the actual measured and/or computed length, area, solid contents, number and
weight, unless otherwise specifically provided. No extra or customary measurements of
any kind will be allowed.
1.06 BASIS OF PAYMENT
A. The Basis of Payment wili be established in the contract documents.
PART 2 -- BID DESCRIPTION
2.01 Base Bid Descriptions
Bid Item No. 1: Bid for the Gravity Belt Thickener Addition, construction, equipment and
operational completion of the work s shown in the Contract Documents not inciuding bid
items 2-7.
PAYMENT PROCEDURES 01 29 00 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Bid Item No. 2: Bid for all costs associated with furnishing the gravity belt thickener and
washwater pump as described in the Contract Documents.
Bid item No. 3: Bid for all costs associated with furnishing the Vertical Non-Clog Pump
(GBT Feed Pump No. 4) as described in the Contract Documents.
Bid Item No. 4: Bid for all costs associated with furnishing the Horizontal Non-Clog
Pumps (HRC Thickened Sludge Pumps) as described in the Contract Documents.
- Bid Item No. 5: Bid for all costs associated with furnishing the Progressive Cavity Pumps
(Thickened Sludge Pump No. 3) as described in the Contract Documents.
Bid Item No. 6: Bid for all costs associated with furnishing and instaliing the Polymer
Feed System as described in the Contract Documents.
Bid Item No. 7: Bid for the Electricai and instrumentation Improvements as described in
the Contract Documents.
Bid Item No. 8: Bid for all costs associated with gravity belt thickener perFormance
testing utilizing WAS sludge as described in the Contract Documents including materials,
labor, testing, and manufacturer's representation.
2.02 Alternate Bid Descriptions
Alternate Bid Item No. 1: Cost for providing Andritz Gravity Belt Thickener Unit in lieu of
manufacturer used for Base Bid Item No. 1.
Alternate Bid Item No. 2: Allowance for a prequalified Process Controls System
Integrator to perform Owner pre-approved programming assistance.
Alternate Bid Item No. 3: Bid for all costs associated with gravity belt thickener
- performance testing utilizing HRC sludge as described in the Contract Documents
including materials, labor, testing, and manufacturer's representation.
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
PAYMENT PROCEDURES 01 29 00 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 01 31 00
COORDINATION
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall allow the Owner or his agents, and other project Contractors or their
agents, to enter upon the work for the purpose of constructing, operating, maintaining,
removing, repairing, altering, or replacing such pipes, sewers, conduits, manholes, wires,
poles, or other structures and appliances which may be required to be installed at or in the
work. The Contractor shall cooperate with all aforesaid parties 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. Each Contractor shall cooperate fully with the Owner, the City's Project Representative, and
all other Contractors employed on the work, to effect proper coordination and progress to
complete the project on schedule and in proper sequence. Insofar as possible, decisions of
all kinds required from the City's Project Representative shail be anticipated by the
Contractor to provide ample time for inspection, or the preparation of instructions.
C. Each Contractor shall assume full responsibilityforthe correlation of ali parts of his workwith
that of other Contractors. Each Contractor's superintendent shall correlate all work with
other Contractors in the laying out of work. Each Contractor shall lay out his own work in
accordance with the Drawings, Specifications, and instructions of latest issue and with due
regard to the work of other Contractors.
- D. The Contractor shall administer contract requirements to construct the project, shall provide
documentation per the requirements of this Section and the Contract Documents and shall
provide information as requested by the City's Project Representative or Owner.
1.02 SUBMITTALS
A. The Contractor shall provide submittals in accordance with Section 01 33 00, Submittals.
__ 1.03 COMMUNICATION DURING THE PROJECT
A. The City's Project Representative is to be the first point of contact for all parties on matters
concerning this project.
B. The City's Project Representative will coordinate correspondence concerning:
1. Submittals, including Applications for Payment.
2. Clarification and interpretation of the Contract Documents.
3. Contract modifications.
COORDINATION 01 31 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
4. Observation of work and testing.
5. Claims.
C. The City's Project Representative will normally communicate only with the Contractor. Any
required communication with Subcontractors or Suppliers will only be with the direct
invoivement of the Contractor.
D. Direct written communications to the City's Project Representative at the address indicated
at the Pre-construction Conference. Include the follovving with communications as a
minimum:
1. Name of the Owner
2. Project name.
3. Contract title.
4. Project number.
5. Date.
6. A reference statement.
E. Submit communications on the forms referenced in this Section or in Section 01 33 00,
Submittals.
1.04 PROJECT MEETINGS
A. Pre-Bid Meeting:
1. A pre-bid meeting will be held at the time and place to be designated in the invitation
to bidders.
2. The City's Project Representative will be available to discuss the project and answer
pertinent questions. No oral interpretation will be made as to the meaning of the
Documents. Interpretation, if deemed necessary by the City's Project
Representative, wili be in the form of an Addendum to the Contract Documents.
B. Pre-construction Conference:
1. Attend a pre-construction meeting.
2. The location of the conference will be determined by the City's Project
Representative.
3. The time of the meeting will be determined by the City's Project Representative but
will be after the Notice of Award is issued and not ;ater than 15 days after the Notice
to Proceed is issued.
COORDINATION 01 31 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
4. The Owner, City's Project Representative, representatives of utility companies, the
Contractor's project manager and superintendent, and representatives from major
Subcontractors and Suppliers.
5. Provide and be prepared to discuss:
a. Preliminary construction schedule per Section 01 33 00 "Submittals".
b. Preliminary submittal schedule per Section 01 33 00 "Submittals".
c. Schedule of values and anticipated schedule of payments per Section 01 33
00 "Submittals".
d. List of Subcontractors and Suppliers.
e. Contractor's organizational chart as it relates to this project.
f. Letter indicating the agents of authority for the Contractor and the limit of that
authority with respect to the execution of legal documents, contract
modifications and payment requests.
g. Critical work sequencing.
h. Processing of Field Decisions and Change Orders.
i. Submittal of Shop Drawings and samples.
j. Procedures for maintaining record documents.
I. Use of site and Owner's requirements.
m. Major equipment deliveries and priorities.
n. Safety and first aid procedures.
o. Security procedures.
p. Housekeeping procedures.
q. General regard for community relations.
6. Contractor shali provide the name, role, and phone number for the safety officers
involved in this project. This information shall be provided in a tabularformatthat is
prepared prior to the pre-construction meeting and provided to the City at the
meeting. The safety officers shall not be changed without written notification to the
C ity.
C. Progress Meetings
COORDINATION 01 31 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Attend meetings with the City's Project Represeniative and Owner.
a. Meet every month or as requested by the City's Project Representative or
Owner to discuss the project. If needed, the Owner has the option to reduce
the meetings to monthly as the project progresses.
b. Meet at the project site or other location as designated by the
c. Contractor's superintendent and other ke;r personnel are to attend the
meeting.
d. Notify the City's Project Representative of any specific items to be discussed
a minimum of one (1) week prior to the m�eting.
2. Provide information as requested by the City's Project Representative or Owner
concerning this project. Prepare to discuss:
a. Contractor shall provide the status of over�all project schedule in Microsoft
Project format.
b. Contractor's detailed schedule for the next month.
c. Anticipated delivery dates for equipment.
d. Coordination with the Owner.
e. Status of submittals.
f. Information or clarification of the Contract Documents.
g. Claims and proposed modifications to the contract.
h. Field observations, problems, or conflicts.
Maintenance of quality standards.
3. City's Project Representative will prepare minutes of ineetings. Review the minutes
of the meeting and notify the City's Project Representative of any discrepancies
within ten days of the date of the meeting memcrandum. The minutes will not be
corrected after the ten days have expired. Corrections will be reflected in the minutes
of the following meeting or as an attachment to the minutes.
D. Pre-submittal and Pre-installation Meetings:
Conduct pre-submittal and pre-installation meeting as required in the individual
technical Specifications or as determined necessary by the City's Project
Representative (for example, instrumentation, roofing, concrete mix design, etc.).
COORDINATION 01 31 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
2. Set the time and location of the meetings when ready to proceed with the associated
Work. Submit a Notification by Contractor for the meeting 2 weeks before the
meeting. City's Project Representative and Owner must approve of the proposed
time and location.
3. Attend the meeting and require the participation of appropriate Subcontractors and
Suppliers in the meeting.
4. Prepare minutes ofthe meeting and submitto the City's Project Representative and
Ownerfor review. Owner and City's Project Representative will reviewthe minutes of
the meeting and notify the Contractor of any discrepancies within ten days of the date
of the meeting memorandum. The minutes will not be corrected after the ten days
have expired. Corrections will be reflected in a revised set of ineeting minutes.
1.05 REQUESTS FOR INFORMATION
A. Submit Request for Information (RFI) to the City's Project Representative to obtain additional
information or clarification of the Contract Documents.
1. Submit a separate RFI for each item on the form provided by the City's Project
Representative.
2. Attach adequate information to permit a written response withoutfurther clarification.
City's Project Representative wiil return requests that do not have adequate
information to the Contractorfor additional information. Contractor is responsible for
all delays resulting from multiple submittals due to inadequate information.
3. A response will be made when adequate information is provided. Response will be
made on the RFI form or in attached information.
B. Response to an RFI is given to provide additional information, interpretation, or clarification
of the requirements of the Contract Documents, and does not modify the Contract
Documents.
C. City's Project Representative will initiate a Contract Modification Request per Paragraph
1.08 if the RFI indicates that a contract modification is required.
D. Use the Project Issues Log to document decisions made at meetings and actions to be
taken in Accordance with Paragraph 1.06.
1.06 PROJECT ISSUES �OG
A. City's Project Representative wili maintain a project issues log to document key decisions
made at meeting and track action on these issues:
1. Review the log prior to each regular meeting.
2. Report actions taken subsequent to the previous progress meeting on items in the
log assigned to the Contractor or through the Contractor to a Subcontractor or
Supplier to the City's Project Representative. Report on status of progress 1 week
COORDINATION 01 31 00 - 5 VCWRF GBT Addition
City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
priorto each progress meeting established in Paragraph 1.04 to allow City's Project
Representative to update the log prior to the Proc�ress meetings.
Be prepared to discuss the status at each meeting.
B. Decisions or action items in the log that require a chang� in the Contract Documents will
have the preparation of a contract modification as an action items if appropriate. The
Contract Documents can only be changed by a Change �rder or Field Order.
1.07 NOTIFICATION BY CONTRACTOR
A. Notify the City's Project Representative of:
1. Need for testing.
2. Intent to work outside regular working hours. Reaular working hours are defined in
the City of Fort Worth General Conditions specification Section 00 11 00, Summary
of Work.
3. Request to shut down facilities or utilities.
4. Proposed utility connections.
5. Required observation by City's Project Represent�tive or inspection agencies priorto
covering work.
6. Training.
B. Provide notification a minimum of 2 weeks in advance in order to allow Owner and City's
Project Representative time to respond appropriately to the notification.
C. Use "Notification by Contractor" form provided by the City's Project Representative.
1.08 SAFETY REQUIREMENTS
A. Assume sole responsibility for safety at the Site. Protect the safety and welfare of persons at
the Site.
B. Provide safe access to move through the Site. Provide and maintain barricades, guard rails,
covered walkways, and other protective devices to warr. and protect from hazards at the
Site.
C. Comply with latest provisions of the Occupational Heal-�h and Safety Administration and
other regulatory agencies in performing Work.
D. Cooperate with accident investigations related to the Site. Provide two copies of all reports,
including insurance company reports, if requested by �he Owner, prepared concerning
accidents, injury, or death on the Site to the City's Project Representative of Record Data
per Section 01 33 00, Submittals.
COORDINATION 01 31 00 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
E. The Contractor and its staff will be required to attend a plant safety briefing prior to
construction.
1.09 REQUESTS FOR MODIFICATIONS
A. Submit a request to the City's Project Representative for any change in the Contract
Documents.
1. Use the "Contract Modification Request" (CMR) form provided by the City's Project
Representative.
2. Assign a number to the Contract Modification Request when issued.
3. Include with the Contract Modification Request:
a. A complete description of the proposed modification.
b. The reason the modification is requested.
c. A detailed breakdown of the cost of the change (necessary only if the
modification requires a change in contract amount). The itemized breakdown
is to include:
1). �ist of materials and equipment to be installed.
2). Man hours for labor by classification.
3). Equipment used in construction.
4). Consumable supplies, fuels, and materials.
5). Royalties and patent fees.
6). Bonds and insurance.
7). Overhead and profit.
8). Field office costs.
9). Home office cost.
10). Other items of cost.
d. Provide the level of detail outline in the paragraph above for each
Subcontractor or Supplier actually performing the Work if work is to be
provided by a Subcontractor or Supplier. Indicate appropriate Contractor
mark-ups for Work provided through Subcontractors and Suppliers. Provide
the levei of detail outline in the paragraph above for self-performed Work.
COORDINATION 01 31 00 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
e. Provide a revised schedule indicating the effect on the critical path for the
project and a statement of the number of days the project may be delayed by
the modification.
4 Submit a Contract Modification Request to the City's Project Representative to
request a field change.
A Contract Modification Request is required for all substitutions or deviations from
the Contract Documents.
City's Project Representative will evaluate the request for a contract modification.
B. Owner will initiate changes through the City's Project Re�resentative.
City's Project Representative will prepare a descri�tion of proposed modifications to
the Contract Documents.
City's Project Representative will use the Contrac�� Modification Request form. Citys
Project Representative will assign a number to the Contract Modification Request
when issued.
3. Return the Contract Modification Request with a proposal to incorporate the
requested change. Include a breakdown of cost� into materials and labor in detail
outline above to allow evaluation by the City's Project Representative.
C. City's Project Representative will issue a Field Order or a Change Order per the General
Conditions if a contract modification is appropriate.
Modifications to the contract can only be made by a Field Order or a Change Order.
2. Changes in the project will be documented by a Field Order or by a Change Order.
3. Field Orders may be issued by the City's Prcject Representative for contract
modifications that do not change the Contract Price or Contract Time.
4. Any modifications that require a change in Contract Price or Contract Time can only
be approved by Change Order.
a. Proposals issued by the Contractor in response to a Contract Modification
Request will be evaluated by the City's Project Representative.
If a Change Order is recommended, the City's Project Representative will
prepare the Change Order.
c. The Change Order will be sent to the Contractor for execution with a copy to
the Owner recommending approval.
d. Change Orders can only be approved by .he Owner.
COORDINATION 01 31 00 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1). Work perFormed on the proposed contract modifications prior to the
approval of the Change Order will be performed at the Contractor's
risk.
2). No payment will be made forwork on Change Orders until approved
by the Owner.
D. The Contractor may be informed that the Contract Modification Request is not approved and
construction is to proceed in accordance with the Contract Documents.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
COORDINATION 01 31 00 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 01 33 00
SUBMITTALS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Schedule of Payment Values
1. The Contractor shall submit a Schedule of Payment Values within ten (10) days
of execution of contract. The schedule shall contain the installed value of the
component parts of Work broken down into "submitted, delivered and installed"
categories forthe purpose of making progress payments during the construction
period.
2. The schedule shall be given in sufficient detaii for proper identification of Work
accomplished. The Schedule of Payment Values shall complement the items of
work detailed in the construction progress schedule and the construction network
analysis in order to accurately relate construction progress to the requested
payment. Each item shall inciude its proportional share of all costs including the
- Contractor's overhead, contingencies and profit. The sum of all scheduled items
shall equal the total value of the Contract.
B. Progress Schedule
1. Within thirty (30) days after issuance of the Notice to Proceed, the Contractor shall
prepare and submit five (5) copies of his proposed progress schedule to the City's
Project Representative for review and approvai.
2. If so required, the schedule shall be revised until it is approved by the City's Project
Representative.
3. Schedule shall be updated monthly, depicting progress to the last day of the month
and five (5) copies submitted to the City's Project Representative not later than the
fifth day of the month, and prior to the application for progress payment. Failure to
provide monthly schedule updates will be grounds for the City's Project
Representative or Owner to withhold progress payment approval.
4. Schedule shail be prepared in the form of a horizontal bar chart showing in detail the
proposed sequence of the work and identifying construction activities for each
structure and for each portion of work.
0
5. Schedule shall be time scaled, identifying the first day of each week. The Schedule o
shall be provided with estimated dates for Early Start, Early Finish, Late Start and �
�
Late Finish. The work shall be scheduled to complete the Project within the Contract
time. The Late Finish date shail equai the Contract Completion Date.
SUBMITTALS 01 33 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
6. Schedule shall show duration (number of days) ar.d float for each activity. Float shall
be defined as the measure of leeway in starting cr completing a scheduled activity
without adversely affecting the project completior� date established by the Contract
Documents.
7. Updated schedule shall show all changes since t:�e previous submittal.
8. All revisions to the schedule must have the prior approval of the City's Project
Representative.
C. Shop Drawing Schedule
1. Contractor shall prepare and submit five (5) co�ies of his schedule of all Shop
Drawings to be submitted to the City's Projec� Representative for review and
approval.
2. If so required, the schedule shall be revised until iE is approved by the City's Project
Representative.
3. Schedule shall be updated monthly and five (5) ca�ies submitted to the City's Project
Representative not later than the fifth day of every month with the application for
progress payment.
4. The updated schedule shall be based on the Progress Schedule developed under
the requirements of Paragraph 1.01(A) of this Se�tion.
5. Schedule shall be in tabular form with appropriate spaces to insert the following
information for principal items of equipment and materials:
a. Dates on which Shop Drawings are requested and received from the
manufacturer.
b. Dates on which certification is received from the manufacturer and
transmitted to the City's Project Represer.tative.
c. Dates on which Shop Drawings are submitted to the City's Project
Representative and returned by the City's Project Representative for revision.
d. Dates on which Shop Drawings are revised by manufacturerand resubmitted
to the City's Project Representative.
e. Date on which Shop Drawings are returned by City's Project Representative
annotated either "Furnish as Submitted" or "Furnish as Corrected".
f. Date on which accepted Shop Drawings are transmitted to manufacturer.
g. Date of manufacturer's scheduled delivery.
h. Date on which delivery is actually made.
SUBMITTALS 01 33 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
D. Working Drawings
1. Within thirty (30) days after the Notice to Proceed, each prime Contractor shall
prepare and submit five (5) copies of his preliminary schedule of Working Drawing
submittals to the City's Project Representative for review and approval. If so
required, the schedule shall be revised until it is approved by the City's Project
Representative.
2. Working Drawings include, but are not limited to, Shop Drawings, layout drawings in
plan and elevation, installation drawings, elementary wiring diagrams,
interconnecting wiring diagrams, manufacturer's data, etc. Contractor shall be
responsible for securing all of the information, details, dimensions, Drawings, etc.,
necessary to prepare the Working Drawings required and necessary under this
Contract and to fulfill all other requirements of his Contract. Contractor shall secure
such information, details, Drawings, etc., from all possible sources including the
Drawings, Working Drawings prepared by subcontractors, City's Project
Representatives, suppliers, etc.
3. Working Drawings shall accurately and clearly present the following:
a. All working and installation dimensions.
b. Arrangement and sectional views.
Units of equipment in the proposed positions for installation, details of
required attachments and connections, and dimensioned locations between
units and in relation to the structures.
Necessary details and information for making connections between the
various trades including, but not limited to, power supplies and
interconnecting wiring between units, accessories, appurtenances, etc.
4. In the event that the City's Project Representative is required to provide additional
services as a result of a substitution of materials or equipment by the Contractor, the
additional services will be provided in accordance with Section 01 11 00 - Summary
of Work, and will be covered in supplementary or revised Drawings which will be
issued to the Contractor. All changes indicated that are necessary to accommodate
the equipment and appurtenances shall be incorporated into the Working Drawings
submitted to the City's Project Representative.
5. Working Drawings specifically prepared for this Project shall be on mylar or other
approved reproducible material sheets of the same size as the Drawings. Working
Drawings shall conform to recognized drafting standards and be neat, legible and
drawn to a large enough scale to show in detail the required information.
6. The Drawings are used for engineering and general arrangement purposes only and
are not to be used for Working Drawings.
7. Shop Drawings
SUBMITTALS 01 33 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
a. Contractor shall submit for review by the City's Project Representative Shop
Drawings for all fabricated work and for all manufactured items required to be
furnished by the Contract Documents.
b. Structural and all other layout Drawings pr�pared specifically for the Project
shall have a plan scale of not less than 1/4-inch = 1 foot.
Where manufacturer's publications in the form of catalogs, brochures,
illustrations or other data sheets are submitted in lieu of prepared Shop
Drawings, such submittals shall specifically indicate the item for which
approval is requested. Identification of tems shall be made in ink, and
submittals showing only general information are not acceptable.
8. Layout and Installation Drawings
a. Contractor shall prepare and submit for review by the City's Project
Representative layout and installation dra�rvings for all pipes, valves, fittings,
sewers, drains, heating and ventilation ducts, all electrical, heating,
ventilating and other conduits, plumbing lines, electrical cable trays, lighting
fixture layouts, and circuiting, instrumentation, interconnection wiring
diagrams, communications, power supply, alarm circuits, etc., under this
Contract. The final dimensions, elevaticn, location, etc., of pipe, valves,
fittings, sewers, ducts, conduits, electrical cable trays, equipment, etc., may
depend upon the dimensions of equipment and valves to be furnished bythe
Contractor.
Layout and installation drawings are req�uired for both interior and exterior
piping, valves, fittings, sewers, drains, heating and ventilation ducts,
conduits, plumbing lines, electrical cable trays, etc.
c. Layout and installation Drawings shall show connections to structures,
equipment, sleeves, valves, fittings, etc.
Drawings shall show the location and type of all supports, hangers,
foundations, etc., and the required clearar,ces to operate valves, equipment,
etc.
e. The Drawings for pipes, ducts, conduits, e:c., shall show all 3-inch and larger
electrical conduits and pressure piping, electrical cable trays, heating and
ventilation ducts or pipes, structure, manholes or any other feature within
four (4) feet (measured as the clear dimension) from the pipe duct, conduit,
etc., for which the profile is drawn.
9. Contractor Responsibilities
a. All submittals from subcontractors, manufacturers or suppliers shall be sent
directly to the Contractor for checking. Ca�tractor shall thoroughly check all
Drawings for accuracy and conformance to the intent of the Contract
Documents. Drawings found to be inaccurate or otherwise in error shall be
SUBMITTALS 01 33 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
returned to the subcontractors, manufacturers, or suppliers by the Contractor
for correction before submitting them to the City's Project Representative.
b. All submittals shall be bound, dated, properly labeled and consecutively
numbered. Information on the labei shall indicate Specification Section,
Drawing number, subcontractor's, manufacturer's or supplier's name and the
name or type of item the submittal covers. Each part of a submittal shall be
marked and tabulated.
Working Drawings shall be submitted as a single complete package
including all associated drawings relating to a complete assembly of the
various parts necessary for a complete unit or system.
d. Shop Drawings shall be submitted as a single complete package for any
operating system and shall include all items of equipment and any
mechanical units involved or necessary for the functioning of such system.
- Where applicable, the submittal shall include elementary wiring diagrams
showing circuit functioning and necessary interconnection wiring diagrams
for construction.
e. ALL SUBMITTALS SHALL BE THOROUGH�Y CHECKED BY THE
CONTRACTOR FORACCURACYAND CONFORMANCE TO THE INTENT
OF THE CONTRACT DOCUMENTS BEFORE BEING SUBMITTED TO THE
CITY'S PROJECT REPRESENTATIVE AND SHALL BEAR THE
CONTRACTOR'S STAMP OF APPROVAL CERTIFYING THAT THEY
HAVE BEEN SO CHECKED. SUBMITTALS WITHOUT THE
CONTRACTOR'S STAMP OF APPROVAL WILL NOT BE REVIEWED BY
THE CITY'S PROJECT REPRESENTATIVE AND WILL BE RETURNED TO
THE CONTRACTOR.
f. If the submittals contain any departures from the Contract Documents,
specific mention thereof shall be made in the Contractor's letter of
transmittal. Otherwise, the review of such submittals shall not constitute
approval of the departure.
g. No materials or equipment shali be ordered, fabricated, shipped or any work
performed until the City's Project Representative returns to the Contractor
the submittals, herein required, annotated "Furnish as Submitted", "Furnish
as Corrected", or "Furnish as Corrected — Confirm." If a submittal is returned
"Furnish as Corrected — Confirm" the portions of work covered by the
submittal that require confirmation bythe City's Project Representative shall
not be ordered, fabricated, shipped, or any work performed until those
portions are approved in a subsequent submittal either "Furnish as
Submitted" or "Furnish as Corrected".
Where errors, deviations, and/or omissions are discovered at a later date in
any of the submittals, the City's Project Representative's prior review of the
submittals does not relieve the Contractor of the responsibilityfor correcting
all errors, deviations, and/or omissions.
10. Procedure for Review
SUBMITTALS 01 33 00 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
a. Submittals shall be transmitted in sufficie�t time to allow the City's Project
Representative at least thirty (30) workino days for review and processing.
Contractor shall transmit seven (7) copies of all technical data or drawing to
be reviewed.
c. Submittai shall be accompanied by a letter of transmittal containing date,
project title, Contractor's name, number and titles of submittals, a list of
relevant specification sections, notification of departures from any Contract
requirement, and any other pertinent data to facilitate review.
d. Submittals will be annotated by the City's Project Representative in one of
the following ways:
"Furnish as Submitted" (FAS) - no except;ons are taken
"Furnish as Corrected" (FAC) - minor carrections are noted and shall be
made.
"Furnish as Corrected — Confirm" (FACC) - some corrections are noted and a
partial resubmittal or additional information are required as specifically
requested.
"Revise and Resubmit" (R&R) - major eorrections are noted and a full
resubmittal is required.
"For Information Only — Not Reviewed" (FIO) — submittal was received and
was distributed for record purposes without review.
e. If a submittal is satisfactory to the City's Project Representative in full or in
part, the City's Project Representative will annotate the submittal "Furnish as
Submitted", "Furnish as Corrected", or "Furnish as Corrected — Confirm",
retain four (4) copies and return remaining copies to the Contractor. If
reproducible transparencies are submittec, the City's Project Representative
will retain the copies and return the reproducible transparencies to the
Contractor. In the case of "Furnish as Corrected — Confirm" a partial
resubmittal or additional information are r�quired as specifically requested.
If a full resubmittal is required, the City's Pt�oject Representative will annotate
the submittal "Revise and Resubmit" and transmit three (3) copies to the
Contractor for appropriate action. If �-eproducible transparencies are
submitted, the City's Project Representati��e will retain the copies and return
the reproducible transparencies to the Ccntractor.
g. Contractor shall continue to resubmit sub��nittals in part if they are returned
"Furnish as Corrected — Confirm" or in full if they are returned "Revise and
Resubmit" as required by the City's Proje�t Representative until submittals
are acceptable to the City's Project Representative. It is understood by the
Contractor that Owner may charge thv Contractor the City's Project
SUBMITTALS 01 33 00 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ar�d Sawyer Project No. 60000-000
Representative's charges for review in the event a submittal is not approved
(either "Furnish as Submitted" or "Furnish as Corrected") by the third
submittal for a system or piece of equipment. These charges shall be for all
costs associated with review, meetings with the Contractor or manufacturer,
etc., commencing with the fourth submittal of a system or type of equipment
submitted for a particular Specification Section.
h. Acceptance of a Working Drawing by the City's Project Representative will
constitute acceptance of the subject matter for which the Drawing was
submitted and not for any other structure, material, equipment or
appurtenances indicated or shown.
11. City's Project Representative's Review
a. City's Project Representative's review of the Contractor's submittals shall in
no way relieve the Contractor of any of his responsibilities under the
- Contract. An acceptance of a submittal shall be interpreted to mean that the
City's Project Representative has no specific objections to the submitted
material, subject to conformance with the Contract Drawings and
Specifications.
b. City's Project Representative's review will be confined to general
arrangement and compiiance with the Contract Drawings and Specifications
only, and wiil not be for the purpose of checking dimensions, weights,
clearances, fittings, tolerances, interFerences, coordination of trades, etc.
E. Operation and Maintenance Manuals
Two (2) hard copies and one (1) electronic copy on CD of preliminary Operation and
Maintenance Manuals, prepared specifically for this Project, shall be furnished for
each item of equipment furnished under this Contract. The preliminary manuals
shali be provided to the City's Project Representative not less than 60 days prior to
the start-up or training of the respective equipment. The manuals will be in
accordance with the requirements of Section 01 78 23, Operation and Maintenance
Data.
2. The preliminary manuals shall be reviewed by the City's Project Representative prior
to the Contractor submitting copies for distribution to the Owner. Following review of
the preliminary copies of the Operation and Maintenance Manuals, one (1) copy will
be returned to the Contractorwith required revisions noted, orthe acceptance of the
City's Project Representative noted.
3. City's Project Representative and the Owner shall be the sole judge of the
acceptability and completeness of the manuals and may reject any submittal for
insufficient information inciuded, incorrect references and/or the manner in which the
material is assembled.
4. Following the Owner's and City's Project Representative's review of the preliminary
manuals, the Contractor shall submit two (2) paper copies and one (1) electronic
copy of the final Draft Operation and Maintenance Manuals to the City. The
SUBMITTALS 01 33 00 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
electronic copy must have a hyperlinked TOC and be clearly identified as Draft Final
version in a separate folder in Buzzsaw. The m�anuals shall reflect the required
revisions noted during the City's Project Representative's review of the preliminary
documents. Failure of the final draft manuals to reflect the required revisions noted
by the City's Project Representative during a revi�w of the Preliminary documents
will result in the manuals being returned to the Contractor. Acceptable final draft
Operation and Maintenance Manuals shall be provided not less than two week
following equipment start-up.
Final Draft Operations and Maintenance manuals will be reviewed and cross-
examined aftertraining, start-up, and commissioning. Any review comments will be
incorporated in the final version of the Operations and Maintenance Manuals. Final
approval is based on comments from the cross-examination. Contractor shall submit
five (5) paper copies and two (2) electronic co��ies of the final Operations and
Maintenance Manuals to the City.
F. Certified Shop Test Reports
Each piece of equipment for which pressure, head, capacity, rating, efficiency,
performance, function or speciai requirements are specified or implied shall be
tested in the shop of the manufacturer in a mann�r which shall conclusively prove
that its characteristics complyfullywith the requirea�nents ofthe Contract Documents
and applicable test codes and standards. Contr�ctor shall keep the City's Project
Representative advised of the scheduling of shcp tests so that the City's Project
Representative may arrange for the witnessing or inspection at the proper time and
place.
2. The Contractor shall secure from the manufacturers seven (7) copies of the actual
test data, the interpreted results and a complete description of the testing facilities
and testing setup, all accompanied by a certificate of authenticity sworn to by a
responsible official of the manufacturing company and notarized. These reports
shall be forwarded to the City's Project Represerriative for review.
3. In the event any equipment fails to meet the tes, requirements, the manufacturer
shall make all necessary changes, adjustments or replacements and the tests shall
be repeated, at no additional cost to the Owner or �ity's Project Representative, until
the equipment test requirements are acceptable to the City's Project Representative.
4. No equipment shall be shipped to the Project until the City's Project Representative
notifies the Contractor, in writing, that the shop test reports are acceptable.
G. Samples
Contractor shall furnish for review all samples as required by the Contract
Documents or requested by the City's Project Re�resentative.
2. Samples shall be of sufficient size or quantity to clearly illustrate the quality, type,
range of color, finish or texture and shall be properly labeled to show the nature of
the material, trade name of manufacturer and locstion of the work where the material
represented by the sample will be used.
SUBMITTALS 01 33 00 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
3. Samples shall be checked by the Contractor for conformance to the Contract
Documents before being submitted to the City's Project Representative and shall
bear the Contractor's stamp of approval certifying that they have been so checked.
- Transportation charges on samples submitted to the City's Project Representative
shall be prepaid by the Contractor.
4. City's Project Representative's review will be for compliance with the Contract
Documents and his comments wili be transmitted to the Contractor with reasonable
promptness.
5. Accepted samples wiil establish the standards by which the completed work will be
judged.
H. Construction Photographs
-- 1. The General Contractor shall engage a competent photographer to take
photographs at the locations and at such stages of the construction as directed by
the City's Project Representative.
2. Provide the equivalent of 36 different exposures per month for the duration of the
Contract time. When directed by the City's Project Representative, frequency of
photographs may be increased to weekly sessions provided that the equivalent
number of exposures is not exceeded. City's Project Representative may waive
requirements for photographs during inactive construction periods in favor of
increased photographs during active construction sequences.
3. Submittal Requirements — Photographs shall be taken with a digital camera and
-- images shall be provided in electronic (jpeg) format on a compact disc (CD) or digital
versatile disc (DVD). An index shall be provided with each photo's description,
direction of image, date, time, project name and location. The set shall include the
photographer's identification and shall be submitted to the City's Project
Representative within thirty (30) days of the date taken. At the completion of the
work, all electronic images shall be turned over to the Owner on a CD or DVD.
I. Record Drawings
1. Contractor shall maintain current record drawings onsite for the City's Project
Representative's review. Record drawings shall be updated monthly at a minimum.
Maintain one complete record copy of:
a. Drawings
b. Specifications.
__ c. Addenda.
d. Contract modifications.
e. Approved Shop Drawings and record data.
SUBMITTALS 01 33 00 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
f. One set of construction photographs.
g. Test records.
h. Clarifications and other information provided in Request for Information
responses.
2. Store documents and samples in the Contractor's field office.
a. Documents are to remain separate from do�uments used for construction. Do
not use these documents for construction.
b. Provide files and racks for the storage of documents.
c. Provide a secure storage space for the storage of samples.
d. Maintain documents in clean, dry, legible �onditions, and in good order.
e. Make documents and samples available at all times for inspection by the
City's Project Representative and Owner.
3. Marking Drawings:
a. Label each document as "Project Record" in large printed letters.
b. Record information as construction is being performed.
1). Do not conceal any Work until the required information is recorded.
2). Mark drawings to record actual construction, including the following:
a). Depths of various elements of the foundation in relation to
finished first floor datum or the top of walls.
b). Horizontal and vertical loc�tions of underground utilities and
appurtenances constructed and existing utilities encountered
during construction.
c). Location of internal utilities and appurtenances concealed in
construction. Refer measu��ements to permanent structure on
the surface. Include the following equipment:
(1) Piping.
(2) Ductwork.
(3) Equipment and control devices requiring periodic
maintenance or repair.
SUBMITTA�S 01 33 00 - 10 VCWRF GBT Addition
City Project No. 01847
Hazen ar�d Sawyer Project No. 60000-000
(4) Valves, unions, traps, and tanks.
(5) Services entrance.
(6) Feeders.
(7) Outlets.
d). Changes of dimension and detail.
e). Changes made by Field Order and Change Order.
f). Details not on the original Drawings. Include field verified
dimensions and clarifications, interpretations, and additional
information issued in response to RFIs.
-- 3). Mark Specifications and Addenda to identify products provided.
a). Record product name, trade name, catalog number, and each
Suppiier (with address and phone number) of each product
and item of equipment actually installed.
b). Record changes made by Field Order and Change Order.
4). Mark additional Work or information in erasabie pencil.
a). Use red for new or revised indication.
b). Use purple for Work deleted or not installed (lines to be
removed).
c). Highlight items constructed per the Contract Documents in
yellow.
2. The Contractor shall furnish the City's Project Representative, 30 days prior to final
completion of the project, one complete set of all marked-up Working Drawings,
including Shop Drawings, for equipment, piping, electrical work, heating system,
ventilating system, air conditioning system, instrumentation system, plumbing
system, structural, interconnection wiring diagrams, etc. Contractorshall also provide
six sets of specifications.
3. Working Drawings furnished shall be corrected to include any departures from
- previousiy accepted Drawings.
4. Applications for Payment will not be recommended for payment if record documents
are found to be incomplete or not in order. Final payment wili not be recommended
without complete record documents.
PART 2 -- PRODUCTS
SUBMITTALS 01 33 00 - 11 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
SUBMITTALS 01 33 00 - 12 VCWRF GBT Addition
City Project No. 01847
Hazen ar;d Sawyer Project No. 60000-000
SECTION 01 42 1 �
ABBREVIATIONS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The following is a partiai list of typical abbreviations which may be used in the Specifications,
and the organizations to which they refer:
AASHTO - American Association of State Highway and Transportation Officials
ACI - American Concrete Institute
ACIFS - American Cast Iron Flange Standards
- AFBMA - Anti-Friction Bearing Manufacturer's Association
AGA - American Gas Association
AGMA - American Gear Manufacturers Association
AIA - American Institute of Architects
AISC - American Institute of Steel Construction
-- AISI - American Iron and Steel Institute
ANSI - American National Standard Institute
- API - American Petroleum Institute
ASCE - American Society of Civil Engineers
ASHRAE - American Society of Heating, Refrigeration, and Air Conditioning
Engineers
ASME - American Society of Mechanical Engineers
ASTM - American Society for Testing and Materials
AWS - American Welding Society
- AWWA - American Water Works Association
CEMA - Conveyor Equipment Manufacturer's Association
CRSI - Concrete Reinforcing Steel Institute
DIPRA - Ductile Iron Pipe Research Association
Fed Spec - Federal Specifications
IEEE - institute of Electrical and Electronic Engineers
IPCEA - Insulated Power Cable Engineers Association
ISO - Insurance Services Offices
NBS - National Bureau of Standards
NCDOT - North Carolina Department of Transportation
NEC - National Electric Code
NEMA - National Electrical Manufacturers Association
OSHA - Occupational Safety and Health Act
PCI - Precast Concrete Institute
U� - Underwriters Laboratories, Inc.
USGS - United States Geological Survey o
0
A
�
A
ABBREVIATIONS 01 42 13 - 1 VCWRF GBT Addition
City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
s��.z•r��x.�c•�e
ABBREVIATIONS 01 42 13 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
SECTION 01 42 19
REFERENCE STANDARDS
PART 1 -- GENERA�
1.01 THE REQUIREMENT
A. Wherever reference is made to any published standards, codes, or standard specifications,
it shail mean the latest standard code, specification, ortentative specification of the technical
society, organization, or body referred to, which is in effect at the date of invitation for bids.
B. All materials, products, and procedures used or incorporated in the work shall be in strict
conformance with applicable codes, regulations, specifications, and standards.
C. A partial listing of codes, regulations, specifications, and standards includes the following:
Air Conditioning and Refrigeration Institute (ARI)
Air Diffusion Council (ADC)
Air Moving and Conditioning Association (AMCA)
The Aluminum Association (AA)
American Architectural Manufacturers Association (AAMA)
American Concrete Institute (ACI)
American Gear Manufacturers Association (AGMA)
American Hot Dip Galvanizers Association (AHDGA)
American Institute of Steel Construction, Inc. (AISC)
American Iron and Steel Institute (AISI)
American National Standards Institute (ANSI)
American Society of Civil Engineers (ASCE)
American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. (ASHRAE)
0
American Society of Mechanical Engineers (ASME) �
0
�
�
-- American Society for Testing and Materials (ASTM)
American Standards Association (ASA)
REFERENCE STANDARDS 01 42 19 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
American Water Works Association (AWWA)
American Welding Society (AWS)
American Wood-Preserver's Association (AWPA)
Anti-Friction Bearing Manufacturers Association (AFBMA.)
Building Officials and Code Administrators (BOCA)
Conveyor Equipment Manufacturers Association (CEMA)
Consumer Product Safety Commission (CPSC)
Factory Mutual (FM)
Federal Specifications
Instrument Society of America (ISA)
Institute of Electrical and Electronics Engineers (IEEE)
National and Local Fire Codes
Lightning Protection Institute (LPI)
National Electrical Code (NEC)
National Electrical Manufacturer's Association (NEMA)
National Electrical Safety Code (NESC)
National Electrical Testing Association (NETA)
National Fire Protection Association (NFiPA)
Regulations and Standards of the Occupational Safety and Health Act (OSHA)
Southern Building Code Congress International, Inc. (SBCCI)
Sheet Metal 8� Air Conditioning Contractors National Association (SMACCNA)
Standard Building Code
Standard Mechanical Code
Standard Plumbing Code
Uniform Building Code (UBC)
REFERENCE STANDARDS 01 42 19 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
Underwriters Laboratories Inc. (UL)
D. Contractor shall, when required, furnish evidence satisfactory to the City's Project
Representative that materials and methods are in accordance with such standards where so
specified.
E. In the event any questions arise as to the application of these standards or codes, copies
shall be supplied on-site by the Contractor.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTIO
(NOT USED)
- END OF SECTION -
REFERENCE STANDARDS 01 42 19 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 01 45 00
QUALITY CONTROL
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Testing Laboratory Services
1. Laboratory testing and checking required by the Specifications, including the cost of
transporting all samples and test specimens, shall be provided and paid for by the
Owner unless otherwise indicated in the Specifications.
-- 2. Materials to be tested include, but are not necessarily limited to the following:
cement, concrete aggregate, concrete, bituminous paving materiais, structurai and
reinforcing steel, waterproofing, select backfill, crushed stone or gravel and sand.
3. Tests required by the Owner shali not relieve the Contractorfrom the responsibility of
supplying test results and certificates from manufacturers or suppliers to
demonstrate conformance with the Specifications.
4. Procedure
a. The Contractor shall plan and conduct his operations to permit taking offield
samples and test specimens, as required, and to allow adequate time for
- laboratory tests.
b. The collection, field preparation and storage of field samples and test
specimens shall be as directed by the City's Project Representative with the
cooperation of the Contractor.
5. Significance of Tests
a. Test results shall be binding on both the Contractorand the Owner, and shall
be considered irrefutable evidence of compliance or noncompliance with the
Specification requirements, unless supplementarytesting shali prove, to the
satisfaction of the Owner, that the initial samples were not representative of
actual conditions.
- 6. Supplementary and Other Testing
a. Nothing shall restrict the Contractor from conducting tests he may require.
0
Should the Contractor at any time request the Owner to consider such test ;
results, the test reports shall be certified by an independent testing laboratory A
acceptable to the Owner. Testing of this nature shall be conducted at the
Contractor's expense.
QUA�ITY CONTROL 01 45 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1.02 FIELD TESTING OF EQUIPMENT
A. All equipment shall be set, aligned and assembled in conformance with the manufacturer's
drawings and instructions.
B. Preliminary Field Tests, Yellow Tag
As soon as conditions permit, after the equi�ment has been secured in its
permanent position, the Contractor shall checf� the equipment for alignment,
direction of rotation and that it is free from defects.
Contractor shall flush all bearings, gear housings, etc., in accordance with the
manufacturer's recommendations, to remove anyforeign matteraccumulated during
shipment, storage or erection. Lubricants sha'I be added as required by the
manufacturer's instructions.
3. When the Contractor has demonstrated to the City's Project Representative that the
equipment is ready for operation, a yellow tag will �e issued. The tag will be signed
by the City's Project Representative and attachec to the equipment. The tag shall
not be removed. A lock out/tag out of the system vvill be installed by the City at this
time and shall not be removed until the City is prepared for start-up of the equipment.
The Contractor shali follow the City's lock out/tag out procedures as provided on a
CD provided to the Contractor at the project pre-construction conference.
4. Preliminaryfield tests, yellowtag, must be comple�:ed before equipment is subjected
to final field tests, blue tag.
C. Final Field Tests, Blue Tag
Upon completion of the installation, and at a time approved by the City's Project
Representative, equipment will be tested by operating it as a unit with all related
piping, ducting, electrical controls and mechanical operations.
2. The equipmentwill be placed in continuous opera�:ion as prescribed or required and
witnessed by the City's Project Representative or his assigned representative and
the Owner or his assigned representative.
3. The tests shall prove that the equipment and appurtenances are properly installed,
meet their operating cycles and are free from defects such as overheating,
overloading, and undue vibration and noise. Eauipment shall be tested for the
characteristics as specified for the item.
4. Each pump shall be tested at maximum rated sp�ed for at least four points on the
pump curve for capacity, head and electric power �:•nput. The rated motor nameplate
current and power shall not be exceeded at any point within the specified range.
Vibrometer readings shall be taken when directed by the City's Project
Representative and the results recorded. Additional tests shall be performed as
prescribed in other sections of the Specifications.
QUALITY CONTROL 01 45 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
Pumps with drive motors rated at less than five horsepower shall only be tested for
excess current or power when overheating or other malfunction becomes evident in
general testing.
6. Until final fieid tests are acceptable to the City's Project Representative, the
Contractor shall make all necessary changes, readjustments and replacements at no
additional cost to the Owner.
7. Defects which cannot be corrected by installation adjustments will be sufficient
grounds for rejection of any equipment.
8. Upon acceptance of the field tests, a blue tag will be issued. The tag will be signed
by the City's Project Representative and attached to the unit. The tag shall not be
removed and no further construction work will be performed on the unit, except as
required during start-up operations and directed bythe City's Project Representative.
9. Ali costs in connection with such tests including all materials, equipment,
instruments, labor, etc., shail be borne by the Contractor.
1.03 IMPERFECT WORK, EQUIPMENT, OR MATERIALS
A. Any defective or imperfect work, equipment, or materiais furnished by the Contractor which
is discovered before the final acceptance of the work, as established by the Certificate of
Substantial Compietion, or during the subsequent guarantee period, shall be removed
immediately even though it may have been overlooked bythe City's Project Representative
and estimated for payment. Any equipment or materiais condemned or rejected by the City's
Project Representative shall be tagged as such and shall be immediately removed from the
site. Satisfactory work or materials shall be substituted for that rejected.
B. The City's Project Representative may order tests of imperFect or damaged work, equipment,
or materials to determine the required functional capability for possible acceptance, if there
is no other reason for rejection. The cost of such tests shall be borne by the Contractor; and
the nature, tester, extent and supervision of the tests will be as determined by the City's
Project Representative. If the results of the tests indicate that the required functional
capability of the work, equipment, or material was not impaired, consistent with the final
generai appearance of same, the work, equipment, or materials may be deemed acceptable.
If the results of such tests reveal that the required functional capability of the questionable
work, equipment, or materials has been impaired, then such work, equipment, or materials
shall be deemed imperfect and shall be replaced. The Contractor may elect to replace the
imperFect work, equipment, or material in lieu of performing the tests.
1.04 INSPECTION AND TESTS
A. The Contractor shall allow the City's Project Representative ample time and opportunity for
testing materials and equipment to be used in the work. He shall advise the City's Project
Representative promptly upon placing orders for material and equipment so that
arrangements may be made, if desired, for inspection before shipment from the place of
manufacture. The Contractor shall at all times furnish the City's Project Representative and
his representatives, facilities including labor, and allow propertime for inspecting and testing
materials, equipment, and workmanship. The Contractor must anticipate possible delays
that may be caused in the execution of his work due to the necessity of materials and
equipment being inspected and accepted for use. The Contractor shall furnish, at his own
QUA�ITY CONTROL 01 45 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
expense, all samples of materials required by the City's Froject Representative for testing,
and shall make his own arrangements for providing water, electric power, or fuel for the
various inspections and tests of structures and equipment.
B. The Contractor shall furnish the services of representatives of the manufacturers of certain
equipment, as prescribed in other Sections of the Specifications. The Contractor shall also
place his orders for such equipment on the basis that, after the equipment has been tested
prior to final acceptance of the work, the manufacturer w`:.II furnish the Owner with certified
statements that the equipment has been instailed properly and is ready to be placed in
functional operation. Tests and analyses required of ec;uipment shall be paid for by the
Contractor, unless specified otherwise in the Section w:�ich covers a particular piece of
equipment.
C. Where other tests or analyses are specifically requi�-ed in other Sections of these
Specifications, the cost thereof shall be borne by the party (Owner or Contractor) so
designated in such Sections. The Owner will bear the cost of all tests, inspections, or
investigations undertaken by the order of the City's Projecfi Representative forthe purpose of
determining conformance with the Contract Documer.ts if such tests, inspection, or
investigations are not specifically required bythe Contract Documents, and if conformance is
ascertained thereby. Whenever nonconformance is determined by the City's Project
Representative as a result of such tests, inspections, or irvestigations, the Contractor shall
bear the full cost thereof or shall reimburse the Owner for said cost. In this connection, the
cost of any additional tests and investigations, which �.re ordered by the City's Project
Representative to ascertain subsequent conformance witr the Contract Documents, shall be
borne by the Contractor.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
QUALITY CONTROL 01 45 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
SECTION 01 51 00
TEMPORARY UTILITIES
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The General Contractor shall provide temporary light and power, heating, waterservice and
sanitary facilities for his operations, for the construction operations of the other Contractors
of this Project at the site. The temporary services shall be provided for use throughout the
construction period.
B. The General Contractor shall coordinate and install all temporary services in accordance
with the requirements of the utility companies having jurisdiction and as required by
applicable codes and regulations.
C. At the completion of the work, or when the temporary services are no longer required, the
facilities shall be restored to their original conditions.
D. All costs in connection with the temporary services including, but not limited to, installation,
utility company service charges, maintenance, relocation and removal shall be borne bythe
Contractor at no additional cost to the Owner.
E. Some temporaryfacilities that may be required may be indicated on the Drawings; however,
the Drawings do not necessarily show any or all of the temporaryfacilities thatthe Contractor
ultimately uses to complete the work.
F. Temporary Light and Power
1. The temporary general lighting and small power requirements shali be serviced by
120/240 V, 1 phase, 3 wire temporary systems furnished and installed by the
General Contractor. This service shall be furnished complete with main disconnect,
overcurrent protection, meter outlet, branch circuit breakers, and wiring as required;
including branch circuit breakers and wiring as required for furnishing temporary
power to the various Contractor's field office service connections, all in accordance
with the requirements of the servicing power companyand applicable standards and
codes. The meter for the temporary 120/240 V service for construction purposes
shall be registered in the name of the General Contractor and all energy charges for
furnishing this temporary electric power shall be borne by the General Contractor.
Any Contractor with a need for power other than the 120/240 V, 1 phase, 3 wire shall
provide such power at his own expense.
0
2. The General Contractor shall make all necessary arrangements, and pay for ail a
permits, inspections, and power company charges for all temporary service A
-- installations. Ali temporary systems shall comply with and meet the approval of the
local authorities having jurisdiction. All temporary electrical systems shall consist of
wiring, switches, necessary insulated supports, poles, fixtures, sockets, receptacles,
TEMPORARY UTILITIES 01 51 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
lamps, guards, cutouts, and fuses as required to �omplete such installations. The
General Contractor shall furnish lamps and fuses for all temporary systems furnished
by him and shall replace broken and burned out larnps, blown fuses, damaged wiring
and as required to maintain these systems in adequate and safe operating condition.
All such temporary light and power system shall bv installed without interfering with
the work of the other Contractors.
When it is necessary during the progress of const� uction that a temporary electrical
facility installed under this Division interferes with construction operations, the
General Contractor shall relocate the temporary electrical facilities to maintain
temporary power as required at no additional c�st to the Owner. The General
Contractor shall be responsible at all times for any damage or injury to equipment,
materials, or personnel caused by improperly protected or installed temporary
installations and equipment.
3. The various Contractors doing the work at the site shall be permitted to connect into
the temporary general lighting system small hand tools, such as drills, hammers, and
grinders, provided that:
Equipment and tools are suitable for 120 V, single phase, 60 Hz operation
and operating input does not exceed 1,5Q0 volt-amperes.
b. Tools are connected to outlets of the system with only one (1) unit connected
to a single outlet.
In case of overloading of circuits, the General Contractorwill restrict use of
equipment and tools as required for corre�t loading.
4. The General Contractor shall keep the tempo��ary general lighting and power
systems energized fifteen minutes before the time thatthe earliesttrade starts in the
morning and de-energized fifteen minutes after the time the latest trade stops. This
applies to ali weekdays, Mondaythrough Friday, inclusive, which are established as
regular working days.
Any Contractor requiring temporary light and power before or after the hours set forth
hereinbefore, or on a Saturday, Sunday, or holiday, shall pay for the additional cost
of keeping the system energized and repaired. If more than one Contractor is
invoived, the charges shall be prorated, such amounts to be determined from the
meter readings or other acceptable means previously agreed upon by the
Contractors involved. If it is necessary for any Cantractor or his employees to be in
any structure after regularworking hours and the t�mporary general lighting system
is not required for illumination, that Contractor shall provide such illumination
required by means of flashlights, electric lanterns, or other devices not requiring use
of electricity from the temporary general lighting �ystem.
Each Contractor requiring additional power and lighting other than that specified
herein (including power for temporary heating equipment to be provided by the
General Contractor) shali furnish his own service complete with all fuses, cutouts,
wiring and other material and equipment necessary for a complete system between
the service point and the additional power consumers and shall install his own
TEMPORARY UTILITIES 01 51 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
metering equipment in accordance with the requirements of the servicing power
company.
6. The temporary general lighting system shaii be installed progressively in structures
as the various areas are enclosed or as lighting becomes necessary because of
partial enclosure. Lighting intensities shall be not less than 10 foot candles.
7. The General Contractor shall provide a separate temporary night lighting circuit for
construction security. This system shall be energized at the end of each normal
working day and de-energized at the start of each normal working day by the
General Contractor. The system is to be left energized over Saturdays, Sundays,
and all holidays. Lighting intensities shall be not less than 2 foot candles.
8. Electrical welders provided by each trade used in the erection and fabrication of the
buildings, structures and equipment shall be provided with an independent
grounding cable connected directly to the structure on which the weld is being made
rather than adjacent conduit piping, etc.
Electricians and other tradesmen necessary for the required connections and
operation of welding equipment and generator, standby generators and similar
equipment shall be furnished by the individual Contractors. All costs for such labor
and equipment shall be borne by the individual Contractors.
9. Upon completion of the work, but prior to acceptance by the Owner, the General
Contractor shall remove all temporary services, security lighting systems, temporary
general lighting systems and all temporary electrical work from the premises.
G. Temporary Heating
The General Contractor shall provide temporary heating, ventilation coverings and
enclosures necessary to properly protect all work and materials against damage by
dampness and cold, to dry out the work and to facilitate work in all structures.
2. The equipment, fuel, materials, operating personnel and methods used shall be at all
times satisfactory and adequate to maintain critical installation temperatures and
ventilation for all work in those areas where the same is required.
3. After any structure is enclosed, the minimum temperature to be maintained is 50°F,
unless otherwise specified, where work is actually being performed.
4. Before and during the application of interior finishing, painting, etc., the General
Contractor shall provide sufficient heat to maintain a temperature of not less than
65°F.
Any work damaged by dampness or insufficient or abnormal heating shall be
replaced by the General Contractor at no additional cost to the Owner.
H. Temporary Sanitary Service
Sanitary conveniences, in sufficient numbers, forthe use of all persons employed on
the work and properly screened from pubiic observation, shall be provided and
maintained at suitable locations bythe General Contractor, all as prescribed by State
TEMPORARY UTILITIES 01 51 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Labor Regulations and local ordinances. The coitents of same shall be removed
and disposed of in a manner consistent with local and state regulations, as the
occasion requires. Each Contractor shall riqor�usly prohibit the committinq of
nuisances within on or aboutthe work. Sanitaryfacilities shall be removed from the
site when no longer required.
Temporary Water
The General Contractor shall provide temporary water service for construction
purposes, sanitary facilities, fire protection, field offices and for cleaning. The
Contractor shall make all arrangements for connections to the potable water at the
plant site.
The Contractor shall pay all charges associated w:th the connection and all charges
for potable water used under this Contract.
2. Each Contractor shall supply potable water for his employees either by portable
containers or drinking fountains.
3. An adequate number of hose bibbs, hoses, and watertight barreis shall be provided
for the distribution of water.
4. Water service shall be protected from freezing ana the service shall be extended and
relocated as necessary to meet temporary water ;�equirements.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
TEMPORARY UTILITIES 01 51 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
SECTION 01 52 13
FIELD OFFICE EQUIPMENT AND SERVICES
PART 1 -- GENERA�
1.01 THE REQUIREMENT
A. Contractor's Field Office
1. Each Contractor shall furnish, equip and maintain a field office at the site of a size
" required for his operations. Each Contractor shall provide his own telephone service
and shall have readily accessible at the field office, copies of the Contract
Documents, latest approved Shop Drawings and all field Project related
correspondence, Change Order, etc.
B. Project Sign and Sign Panel
1. The General Contractor shali erect a sign at the Project site identifying the Project.
The sign shall be erected within twenty-one (21) days after the Notice to
Proceed, and shall be in accordance with the Specifications and details included in
this Section. The project sign and sign panel shall be furnished, erected, and
maintained by the Contractor at the location designated by the City's Project
Representative. Wording and colors shall be as shown on the detail at the end of
this Section.
2. The project sign shall be fabricated, erected and maintained by the Contractor in
accordance with the following specifications:
a) Sign Panel: The sign panel shall be constructed of 3/4 inch minimum
thickness marine plywood rabetted into a 2 inch x 4 inch wood frame. All
fasteners used in the construction of the sign shall be of a rustproof nature.
b) Painting: Ail supports, trim and back of the sign panel shall be painted with
at least two (2) coats of the same paint used for the sign face. All paint used
shall be exterior grade paint, suitable for use on wood signs.
c) Sign Supports: The supports for the project sign shall be at least two 4" by
4" treated wood posts. The sign panel shall be securelyfastened to the sign
supports with at least six (6) 3/8 � galvanized bolts, nuts and washers. The
positioning and alignment of the sign shall be as determined by the City's
Project Representative.
0
d) Maintenance: The project sign shall be maintained by the Contractor, in a
. good condition, at all times, for the duration of construction. �
FIELD OFFICE, EQUIPMENT 01 52 13 - 1 VCWRF GBT Addition
AND SERVICES City Project No. 01847
Hazen and Sawyer Project No. 60000-000
e) Removal of Sign from Project Site: The removal of the project sign from the
construction site by the Contractor shall be at the completion of construction,
when ordered by the City's Project Representative.
f) Payment: The cost of the fabrication, erec'_ion, maintenance, and removai of
the project sign, including all labor and materials, shall be included in the
General Contractor's Lump Sum Bid. Nc extra payment wili be made for
obliterating certain names and offices ar.d replacement thereof of others
because of administrative changes durinc the course of this Contract.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
FIELD OFFICE, EQUIPMENT 01 52 13 - 2 VCWRF GBT Addition
AND SERVICES City Project No. 01847
Hazen and Sawyer Project No. 60000-000
•
.■
c � o
o�ro
:�coo
��o
��o
Q o0
I— Z �
o� �.
C� � o
��oz
� ` U
� n- N
U y �
>U�
a�
�
(0
�
�
C
CQ
C
a�
N
CB
2
i- �
~ U
� W
� �
Z a �
0
Q�°~�° H
� � O =
U a Z �
�W�' „� O
� �
z V ;,.�
W � '� � � �
Q V � O
� = d �
~ i' �
W � j U �
V m U
W �
Q >
J Q
J �'n
� v
�
0
�
Q
�
H
Z
O
U
�
�
N
z
w
U
�
O
�
�
U
w
a�
�
W W W
� � F-
� Z =
p w i-
�
w Zo�
c� N5�
z ¢zp
W 2WLL
�
a
J U
� U
W J
C� W
.� � "��
N
R
d
�
R
c
d
�
R
�
�
�3
�
.�
� N
i � N
� �
0 5. y
c -
Y � y
�
�a w c
�
,;; � a
t �
3 0 �
s
o � o
0
� '�' 3
� 2� ,2>
d � a
Y �
� � w
=a � .°:
,p - ca
d � �
� o �
.� � �
a` � R
e� CV
c�
c�
N
LC)
0
E-
Z
W
�
�
�
�
W
_ Cn
W W
UU
�>
��
OW
��
� p
W Z
IL Q
SECTION 01 57 00
TEMPORARY ENVIRONMENTAL CONTROLS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Provide labor, materials, equipment and incidentals necessary to construct temporary
facilities to provide and maintain control over environmental conditions at the Site. Remove
temporary facilities when no longer needed.
B. Construct temporary impounding works, channels, diversions, furnishing and operation of
pumps, installing piping and fittings, and other construction for control of conditions at the
Site. Remove controls at the end of the Project.
C. Provide a Storm Water Pollution Prevention Plan in accordance with TCEQ General Permit
TXR150000, File required legal notices and obtain require permits prior to beginning any
construction activity.
D. Provide labor, materials, equipment, and incidentals necessary to prevent storm water
pollution for the duration of the Project. Provide and maintain erosion and sediment control
structures as required to prevent sediment and other poliutants from the Site from entering
any storm water system, including open channels. Remove poliution control structures when
no longer required to prevent storm water pollution.
E. Cost for Temporary Controis as described in this section and provided by Suppliers and
Subcontractors as described in this section are to be included in the Cost of Work.
1.02 QUALITY ASSURANCE
_ A. Construct and maintain temporary controls with adequate workmanship using durable
materials to provide effective environmental management systems meeting the requirements
of the Contract documents and requiring minimal maintenance that will disrupt construction
activities while providing adequate protection of the environment.
B. Periodically inspect systems to determine that they are meeting the requirements of the
Contract Documents.
i��k�Y�I:3ul�i/_l�
A. Provide copies of notices, records and reports required by the Contract Documents or
regulations as Record Data in accordance with Section 01 33 00 "Submittal Procedures."
B. Provide documents requiring approval by the Owner or City's Project Representative as
Shop Drawings in accordance with Section 01 33 00 "Submittal Procedures."
N
Np
O
�
TEMPORARY ENVIRONMENTAL 01 57 00 - 1 VCWRF GBT Addition
CONTROLS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1.04 STANDARDS
A. Provide a storm water pollution prevention plan that complies with Local, State, and Federal
Requirements. Comply with all requirements of the Tex2s Commission on Environmental
Quality General Permit (TXR150000) for storm water disc`�arges from construction activities
under the Texas Pollutant Discharge Elimination System (TPDES) program.
B. Perform Work to comply with "Best Practice" as established by the North Central Texas
Council of Governments (NCTCOG) Integrated Storm Water Management (ISWM) Design
Manual for Construction or the local agency of jurisdictio�.
1.05 POLLUTION CONTROL
A. Prevent the contamination of soil, water or atmosphere by the discharge of noxious
substances from construction operations. Provide adequate measures to prevent the
creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere.
Do not dump or otherwise discharge noxious or harmfu? fluids into drains or sewers, nor
allow noxious liquids to contaminate public waterways in any manner.
B. Provide equipment and personnel and perform emergency measures necessary to contain
any spillage.
2
4
Contain chemicals in protective areas and do not dump on soil. Dispose of such
materials at off-Site locations in an acceptable manner.
Excavate contaminated soil and dispose at an ofi�-Site location if contamination of
the soil does occur. Fill resulting excavations with suitable backfill and compact to
the density of the surrounding undisturbed soil.
Provide documentation to the Owner which states the nature and strength of the
contaminant, method of disposal, and the locatio� of the disposal Site.
Complywith local, State and Federai regulations regarding the disposal of pollutants.
C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge,
or sludge-contaminated soil is considered contaminated. Contaminated water must not be
ailowed to enter streams or water courses, leave the Site in a non-contained form or enter
non-contaminated areas of the Site.
Pump contaminated water to holding ponds constructed by the Contractor for this
purpose, or discharge to areas on the interior of th� Site, as designated by the City's
Project Representative.
2. Construct temporary earthen dikes or take other precautions and measures as
required to contain the contaminated water and p�mp o a designated storage area.
3. Wash any equipment used for handling cor.taminated water or soil within
contaminated areas three times with uncontam�nated water prior to using such
equipment in an uncontaminated area. Dispose of wash water used to wash such
equipment as contaminated water.
TEMPORARY ENVIRONMENTAL 01 57 00 - 2 VCWRF GBT Addition
CONTROLS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1.06 EARTH CONTROL
A. Remove excess soil, spoil materials and other earth not required for backfill at the time of
generation. Control stockpiled materials to eliminate interference with Contractor and
Owner's operations.
B. Dispose of excess earth off the Site. Pay cost for disposal unless otherwise noted. Provide
written approval by the property owner for all disposal on private property, and approval by
--- the Owner if such disposal affects the use of Site or other easements.
1 A7 MANAGEMENT OF WATER
A. Manage water resulting from rains or ground water at the Site. Maintain trenches and
excavations free of water at all times.
B. Lowerthe watertable in the construction area by acceptable means if necessaryto maintain
a dry and workable condition at all times. Provide drains, sumps, casings, well points, and
other water control devices as necessary to remove excess water.
C. Provide continuous operation of water management actions. Maintain standby equipment to
- provide proper and continuous operation for water management.
D. Ensure that water drainage does not damage adjacent property. Divert water into the same
naturai watercourse in which its headwaters are located, or other natural stream orwaterway
as approved by the Owner. Assume responsibility for the discharge of water from the Site.
E. Remove the temporary construction and restore the Site in a manner acceptabie to the City's
Project Representative and to match surrounding material at the conclusion of the Work.
1.08 Dust Control
A. Contractor shall take all necessary measures to control dust from his operations, and to
prevent spillage of excavated materials on public roads.
B. Contractor shall remove all spillage of excavated materials, debris or dust from public roads
by methods approved by the City's Project Representative.
C. Contractor shall sprinkie water at locations and in such quantities and at such frequencies
as may be required by the City's Project Representative to control dust and prevent it from
becoming a nuisance to the surrounding area.
D. Dust control and cleaning measures shall be provided at no additional cost to the Owner.
PART 2 -- PRODUCTS
(NOT USED)
TEMPORARY ENVIRONMENTA� 01 57 00 - 3 VCWRF GBT Addition
CONTROL.S City Project No. 01847
Hazen and Sawyer Project No. 60000-000
PART 3 -- EXECUTION
(NOT USED)
TEMPORARY ENVIRONMENTAL
CONTROLS
- END OF SECTION -
01 57 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
SECTION 01 60 00
MATERIALS AND EQUIPMENT
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Furnish and Install
1. Where the words "furnish", "provide", "supply", "replace", or "install" are used,
whether singulariy or in combination, they shall mean to furnish and install, unless
specifically stated otherwise.
-- 2. in the interest of brevity, the explicit direction "to furnish and install" has sometimes
been omitted in specifying materials and/or equipment herein. Unless specifically
noted otherwise, it shall be understood that all equipment and/or materials specified
or shown on the Drawings shall be furnished and installed under the Contract as
designated on the Drawings.
B. Concrete Foundations for Equipment
1. Each Contractor shall provide all concrete foundations shown, specified or required
for all equipment furnished under their respective Contract.
2. Anchor bolts and templates for equipment foundations shall be furnished under the
respective Contracts for installation by the respective Contractor. The General
Contractor shall cooperate with the respective Contractors to secure a satisfactory
installation and to maintain the schedule of construction.
3. All concrete foundations for equipment shall be treated, by the respective Contractor,
_ with an approved sealer to prevent oil from seeping into the concrete.
1.02 EQUIPMENT AND MATERIALS
A. All equipment, materials, instruments or devices incorporated in this project shall be new
and unused, unless indicated otherwise in the Contract Documents. Equipment and
materials to be incorporated into the work shall be delivered sufficiently in advance of their
installation and use to prevent delay in the execution of the work, and they shall be delivered
as nearly as feasible in the order required for executing the work.
B. The Contractor shall protect all equipment and materials from deterioration and damage,
including provisions for temporary storage buildings as needed and as specified in
0
Section 01 1413, Site Access and Storage. Storage of equipment and materials shall be in o
locations completely protected from flooding, standing water, excessive dust, falling rock, �
brush fire, etc. Storage areas shall be located sufficiently distant from ail construction
activities and the movement of construction vehicles to minimize the potential for accidental
damage. Any equipment or materials of whatever kind which may have become damaged
MATERIALS AND EQUIPMENT 01 60 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
or deteriorated from any cause shall be removed and replaced by good and satisfactory
items at the Contractor's expense for both labor and mafi�rials.
1.03 INSTALLATION OF EQUIPMENT
A. Equipment and materials shall be installed in accordance with the requirements of the
General Conditions, Supplemental Conditions and the respective Specification Sections.
B. Concrete foundations for equipment shall be of approvec design and shall be adequate in
size, suitable forthe equipment erected thereon, properly , einforced, and tied into floor slabs
by means of reinforcing bars or dowels. Foundation bolts of ample size and strength shall
be provided and properly positioned by means of suitab�e templates and secured during
placement of concrete. Foundations shail be built and bolis installed in accordance with the
manufacturer's certified drawings.
C. Before mounting equipment on a foundation, the Contractor shall clean the top surface; if
necessary, rough it with a star chisel and clean again; and clean out all foundation bolt
sleeves. The Contractor shall provide a sufficient number of steel plate shims about
2-inches wide and 4-inches long, and of a varying thi�kness from 1/8 to 1/2-inch. A
combination of these shims shall be placed next to each foundation bolt to bring the bottom
of the bedplate or frame about 1/8-inch above the final setting. The equipment shall be
lowered by changing the combination of shims. Using brass shim stock of various
thicknesses, continue to level the equipment a little at a ti�ne and in rotation until it is at the
correct elevation in both directions. When the equipment is level, tighten down on the
foundation bolts a little at a time in rotation to make certain the equipment remains level and
does not shift on the shims. A preliminary alignment check shall be made before grout is
placed.
D. Equipment shall be set, aligned and assembled in conformance with manufacturer's
drawings or instructions. Run out tolerances by dial indicator method of alignment shall be
plus or minus .002-inches, unless otherwise approved by ':he City's Project Representative.
E. All blocking and wedging required for the proper support and leveling of equipment during
installation shall be furnished by the Contractor. All temporary supports shall be removed,
except steel wedges and shims, which may be left in place with the approval of the City's
Project Representative.
F. Each piece of equipment or supporting base, bearing on concrete foundations, shall be
bedded in grout. The Contractorshall provide a minimum of 1-1/2-inch thick grouting under
the entire baseplate supporting each pump, motor drive unit and other equipment. Grout
shali be non-shrink grout, as specified under Section 03 �0 00, Grout.
G. When motors are shipped separatelyfrom driven equipment, the motors shall be received,
stored, meggered once a month, and the reports submitted to the City's Project
Representative. After driven equipment is set, the motor� shall be set, mounted, shimmed,
millrighted, coupled and connected complete.
MATERIALS AND EQUIPMENT 01 60 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar;d Sawyer Project No. 60000-000
1.04 CONNECTIONS TO EQUIPMENT
A. Connections to equipment shall follow manufacturer's recommendations as to size and
arrangement of connections and/or as shown in detail on the Drawings or approved Shop
Drawings. Piping connections shall be made to permit ready disconnection of equipment
with minimum disturbance of adjoining piping and equipment.
B. The Electrical Contractor or General Contractor if no electrical contract exists shall be
responsible for bringing proper electrical service to each item of equipment requiring
electrical service as shown on the Drawings or approved Shop Drawings. Electrical
connections to equipment requiring electrical service shall be made by the Electrical
Contractor, unless otherwise indicated on the Drawings or in the Technical Specifications.
C. The HVAC Contractor or General Contractor if no HVAC Contract exists shall bring and
connect HVAC service to all equipment items requiring same as shown on the Drawings.
Electrical connections to equipment requiring electrical service shall be made by the
- Electrical Contractor, unless otherwise indicated on the Drawings or in the Technical
Specifications.
D. The Plumbing Contractor or General Contractor if no plumbing contract exists shall bring
and connect plumbing service to all equipment items requiring same as shown on the
Drawings.
1.05 SUBSTITUTIONS
A. Requests for substitutions of equipment or materials shall conform to the requirements of
the General Conditions, Supplemental Conditions, and as hereinafter specified.
1. Contractor shall submit for each proposed substitution sufficient details, complete
descriptive literature and performance data togetherwith samples of the materials,
- where feasible, to enable the Owner and City's Project Representative to determine
if the proposed substitution is equal.
2. Contractor shall submit certified tests, where applicable, by an independent
laboratory attesting that the proposed substitution is equal.
3. A list of installations where the proposed substitution is equal.
4. Requests for substitutions shall include full information concerning differences in
cost, and any savings in cost resulting from such substitutions shall be passed on to
the Owner.
B. Where the approval of a substitution requires revision or redesign of any part of the work,
including that of other Contracts, all such revision and redesign, and all new drawings and
details therefore, shall be provided by the Contractor at his own cost and expense, and shail
be subject to the approval of the Owner and City's Project Representative.
C. In the event that the City's Project Representative is required to provide additional services,
then the City's Project Representative's charges for such additional services shall be
MATERIALS AND EQUIPMENT 01 60 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
charged to the Contractor by the Owner in accordance wit;� the requirements of the General
Conditions, and the Supplemental Conditions.
D. In all cases the Owner and City's Project Representative shall be the judge as to whether a
proposed substitution is to be approved. The Contractor shall abide by their decision when
proposed substitute items are judged to be unacceptable and shall in such instances furnish
the item specified or indicated. No substitute items shall be used in the work without written
approval of the Owner and City's Project Representative.
E. Contractor shall have and make no claim for an extensior of time or for damages by reason
ofthe time taken bythe City's Project Representative in considering a substitution proposed
by the Contractor or by reason of the failure of the City's P:-oject Representative to approve a
substitution proposed by the Contractor.
F. Acceptance of any proposed substitution shall in no way release the Contractor from any of
the provisions of the Contract Documents.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
MATERIA�S AND EQUIPMENT 01 60 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 01 71 33
PROTECTION OF EXISTING FACILITIES
PART 1 -- GENERA�
1.01 THE REQUIREMENT
A. Contractor shall be responsible for the preservation and protection of property adjacent to
the work site against damage or injury as a result of his operations under this Contract. Any
damage or injury occurring on account of any act, omission or neglect on the part of the
Contractor shall be restored in a proper and satisfactory manner or replaced by and at the
expense of the Contractor to an equal or superior condition than previously existed.
B. Contractor shall comply promptly with such safety regulations as may be prescribed by the
Owner or the Safety Officer having jurisdiction and shall, when so directed, properly correct
any unsafe conditions created by, or unsafe practices on the part of, his employees. In the
event of the Contractor's failure to comply, the Owner may take the necessary measures to
correct the conditions or practices complained of, and ali costs thereof will be deducted from
any monies due the Contractor. Failure of the City's Project Representative to direct the
correction of unsafe conditions or practices shall not relieve the Contractor of his
responsibility hereunder.
C. In the event of any claims for damage or alleged damage to property as a result of work
under this Contract, the Contractor shall be responsible for all costs in connection with the
settlement of or defense against such claims. Prior to commencement of work in the vicinity
of property adjacent to the work site, the Contractor, at his own expense, shall take such
surveys as may be necessary to establish the existing condition of the property. Before final
payment can be made, the Contractor shail furnish satisfactory evidence that all claims for
damage have been legally settled or sufficient funds to cover such claims have been placed
in escrow, or that an adequate bond to cover such claims has been obtained.
1.02 PROTECTION OF WORK AND MATERIAL
A. During the progress of the work and up to the date of final payment, the Contractor shall be
solely responsible for the care and protection of ail work and materiais covered by the
Contract, except as provided for in Article 14.04 of the General Conditions.
B. All work and materials shail be protected against damage, injury or loss from any cause
whatsoever, and the Contractor shall make good any such damage or loss at his own
expense. Protection measures shall be subject to the approval of the City's Project
Representative.
1.03 BARRICADES, WARNING SIGNS AND LIGNTS
A. The General Contractor shall provide, erect and maintain as necessary, strong and suitable
barricades, danger signs and warning lights along all roads accessible to the public, as
required by the authority having jurisdiction, to insure safety to the public. All barricades and
PROTECTION OF EXISTING 01 71 33 - 1 VCWRF GBT Addition
FACILITIES City Project No. 01847
Hazen and Sawyer Project No. 60000-000
obstructions along public roads shall be illuminated at night and all lights for this purpose
shall be kept burning from sunset to sunrise.
B. Each Contractor shall provide and maintain such other vvarning signs and barricades in
areas of and around their respective work as may be required for the safety of all those
employed in the work, the Owner's operating personnel, or those visiting the site.
1.04 EXISTING UTILITIES AND STRUCTURES
A. The term existing utilities shall be deemed to refer to both publicly-owned and
privately-owned utilities such as electric power and lighti�g, telephone, water, gas, storm
drains, process lines, sanitary sewers and all appurtenant structures.
B. Where existing utilities and structures are indicated on the Drawings, it shall be understood
that all of the existing utilities and structures affecting the work may not be shown and that
the locations of those shown are approximate only. It shall be the responsibility of the
Contractor to ascertain the actual extent and exact location of existing utilities and
structures. In every instance, the Contractor shall no.ify the proper authority having
jurisdiction and obtain all necessary directions and approvals before performing any work in
the vicinity of existing utilities.
C. Prior to beginning any excavation work, the Contractor shail, through field investigations, and
examination of record drawings determine any conflicts or interferences between existing
utilities and new utilities to be constructed under this project. This determination shall be
based on the actual locations, elevations, slopes, etc., of existing utilities as determined in
the field investigations, and locations, elevation, slope, ete. of new utilities as shown on the
Drawings. if an interference exists, the Contractor shall b:�ing it to the attention of the City's
Project Representative as soon as possible. If the City's Project Representative agrees that
an interference exists, he shall modify the design as required. Additional costs to the
Contractor for this change shall be processed through a Change Order as detailed
elsewhere in these Contract Documents. In the event the Contractorfails to bring a potential
conflict or interference to the attention of the City's Project Representative prior to beginning
excavation work, any actual conflict or interFerence which does arise during the Project shall
be corrected by the Contractor, as directed by the City's Project Representative, at no
additional expense to the Owner.
D. The work shall be carried out in a manner to prevent disr�ption of existing services and to
avoid damage to the existing utilities. Temporary connecti�ns shall be provided, as required,
to insure uninterruption of existing services. Any damage resulting from the work of this
Contract shall be promptly repaired by the Contractor �:t his own expense in a manner
approved by the City's Project Representative and further subjectto the requirements of any
authority having jurisdiction. Where it is required bythe authority having jurisdiction thatthey
perform their own repairs or have them done by others, the Contractor shall be responsible
for all costs thereof.
E. Where excavations by the Contractor require any utility lines or appurtenant structures to be
temporarily supported and otherwise protected during the construction work, such support
and protection shall be provided by the Contractor. All such work shall be performed in a
manner satisfactory to the City's Project Representative a�d the respective authority having
jurisdiction over such work. In the event the Contractor'�ails to provide proper support or
PROTECTION OF EXISTING 01 71 33 - 2 VCWRF GBT Addition
FACILITIES City Project No. 01847
Hazen and Sawyer Project No. 60000-000
protection to any existing utility, the City's Project Representative may, at his discretion, have
the respective authorityto provide such support or protection as may be necessaryto insure
the safety of such utility, and the costs of such measures shall be paid by the Contractor.
Add 1 F. Con{�<-.�;cr si;-�� ;��, :�_�� 4�;� ;�ii�rs existing hoist and crane located in the Gravity Belt
Thickener Building for any construction activities.
Add 1 G. Contractor may use areas along the inside north wall of the GBT Building between the
gravity belt thickener bays and the roll-up door for staging of tools and equipment.
Additionally, Contractor may use �ocations along the exterior north side of the GBT Building
between the roll-up doors and the edge of curb for staging of tools and equipment. At no
..:�e ��;a!= t��� ��:a`:x n���-�r's �t��;��z�;�:E�� �� ;col encroach into Mahlie Street.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
'.���L�Z�]�.`lx�r[�L!
PROTECTION OF EXISTING 01 71 33 - 3 VCWRF GBT Addition
FACILITIES City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 01 71 40
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, structures,
pavement, curbs, and sidewalk, 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 Contractorshall 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 A2 TITLE TO EQUIPMENT AND MATERIA�S
A. Contractor shall have no right or title to any of the equipment, materiais 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.
1.03 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 practicable.
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 City's Project
Representative nor the Owner will be responsibie for interpretations or conclusions drawn
therefrom by the Contractor.
PART 2 -- PRODUCTS
(NOT USED)
0
A
�
W
�
DEMO�ITION AND REMOVAL OF 01 71 40 - 1 VCWRF GBT Addition
EXISTING STRUCTURES AND City Project No. 01847
. EQUIPMENT Hazen and Sawyer Project No. 60000-000
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 City's Project Representative, shall be
done by the Contractor and shail become the Contractor's properry, unless otherwise noted,
for disposition in any manner not contrary to the Con;ract requirements and shall be
removed from the site to the Contractor's own place of d�sposal.
B. The Electrical Contractor (Subcontractor) specifically, s[�all 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 equipments prior to removal. Any electric panels or equipmentwhich are to be
retained shall be relocated or isolated by the Elect.�ical Contractor (Subcontractor)
specifically, prior to the removal of the equipment specified herein.
C. The Contractor shall proceed with the removal of the equi�ment, piping and appurtenances
in a sequence designed to maintain the plant in continuous operation as described in
Section 01 76 00, Maintenance of Utility Operations Durirg Construction, and shall proceed
only after approval of the City's Project Representative.
D. Any equipment piping and appurtenances removed withaut proper authorization, which are
necessary for the operation of the existing facilities shall be replaced to the satisfaction of
the City's Project Representative at no cost to the Owne�.
E. Excavation caused by demolitions shall be backfilled with fill free from rubbish and debris.
3.02 PROTECTION
A. Demolition and removal work shall be performed by competent experienced workmen forthe
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 shali comply with the applicable provisions anc recommendation of ANSI A10.2,
Safety Code for Building Construction, all governing codes, and as hereinafter specified.
C. The Contractor shall make such investigations, exploraticns and probes as are necessary to
ascertain any required protective measures before proce�ding with demolition and removal.
The Contractor shall give particular attention to shoring G:nd bracing requirements so as 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.
DEMOLITION AND REMOVAL OF 01 71 40 - 2 VCWRF GBT Addition
EXISTING STRUCTURES AND City Project No. 01847
EQUIPMENT Hazen and Sawyer Project No. 60000-000
E. The Contractor shall provide and maintain weather protection at exterior openings so as to
fuily 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 newwork 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 shail provide adequate fire protection in accordance with local Fire
Department requirements.
I. The Contractor shail 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.
The Contractor shali be responsible for any damage to the existing structure or contents by
reason of the insufficiency of protection provided.
[c�[iX�►��[•7c��Tm��
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. Priorto starting ofwork, the Contractor
shall provide a detailed description of inethods and equipmentto be used foreach operation
and the sequence thereof for review by the City's Project Representative.
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 belowthe 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 City's Project Representative. 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 City's Project Representative.
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.
DEMOLITION AND REMOVAL OF 01 71 40 - 3 VCWRF GBT Addition
EXISTING STRUCTURES AND City Project No. 01847
EQUIPMENT Hazen and Sawyer Project No. 60000-000
D. W here 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 City's
Project Representative. Upon approval, and prior to commencing removal operations, the
equipment shall be operated in the presence of representatives of the Contractor, .Owner
and City's Project Representative. Such items shall be removed with care, under the
supervision of the trade responsible for reinstallation and �rotected and stored until required.
Material or items damaged during removal shall be repl�ced 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 beccme the property of the Owner orto
be reinstalled shall become the property of the Contractor and shall be removed from the
property and legally disposed of.
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 section�, and where necessary to prevent
collapse of any construction, the Contractor shall instGll temporary shores, struts, and
bracing.
I. Where alterations occur, or new and old work join, the Ccntractor shall cut, remove, patch,
repair or refinish the adjacent surFaces to the extent required by the construction conditions,
so as to leave the altered work in as good a condition �.s existed prior to the start of the
work. The materials and workmanship employed in the alt�rations, unless otherwise shown
on the Drawing or specified, shall comply with that of the various respective trades which
normally perform the particular items or 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 paint,
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 shail 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 weathertight 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 v�then directed at the completion of
the work.
DEMOLITION AND REMOVAL OF 01 71 40 - 4 VCWRF GBT Addition
EXISTING STRUCTURES AND City Project No. 01847
EQUIPMENT Hazen ar.d Sawyer Project No. 60000-000
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 shali provide on-site dump containers for collection of waste materials,
debris and rubbish, and he 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 City's Project Representative, the Contractor shall clean the site and
properties, and dispose of waste materials, debris and rubbish.
3.05 EQUIPMENT AND MATERIALS RETAINED BY OWNER (SALVAGED BY CONTRACTOR)
A. The following equipment and materials will be retained by the Owner:
1. Existing polymer mixing/feeding units from the GBT facility
B. The equipment and materials shall be moved by the Contractorto storage areas, on the site,
to be designated by the Owner.
S�iIiZ�1�.����L!
DEMOLITION AND REMOVAL OF 01 71 40 - 5 VCWRF GBT Addition
EXISTING STRUCTURES AND City Project No. 01847
EQUIPMENT Hazen and Sawyer Project No. 60000-000
SECTION 01 75 00
OPERATOR TRAINING
PART 1 -- GENERAL
1.01 THE REQUIREMENT
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. The
classroom training must include a Powerpoint presentation. The City's Project
Representative will provide an overview at the beginning of this presentation.
B. Provide to the Owner, agendas and applicabie handouts two weeks prior to the training.
C. Provide training in adequate detail to ensure that the trainees who complete the program will
be qualified and capable of operating and maintaining the equipment, products, and systems
provided.
D. Operations Training is to include but not be limited to:
1. Orientation to provide an overview of complete system/subsystem configuration and
operation.
2. Terminology, nomenclature, and display symbols.
3. Operations theory.
4. Equipment appearance, functions, concepts, and operation.
5. Operating modes, practices and procedures under normal, diminished, and
emergency conditions.
- 6. Start-up and shutdown procedures.
7. Safety Precautions.
8. 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.
9. Content and use of Operation and Maintenance manuals and related reference
materials.
E. 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:
OPERATOR TRAINING 01 75 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
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. Cabiing and/or interFace connectors.
14. Content and use of Operation and Maintenance manuals and related reference
materials.
15. Procedures for warranty repairs.
16. Lubrication.
17. Procedures, practices, documentation, and mater:als required to commence system
maintenance.
F. 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 d�fined objectives for each lesson.
Time of classroom training and in-field training in the agenda. Note if an overhead
projector will be used.
3. Drafty copy of training presentation that will be given and copy of the O&M Manual.
4. A descriptive listing of suggested reference publications.
OPERATOR TRAINING 01 75 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
5. Audio-visual equipment required for training.
6. Type and number of tools or test equipment required for each training session.
G. 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. Instructional materials shall include references to the Operation and Maintenance
Manuals and identify and explain the use of the manual.
3. Provide a copy of ali audio/visual training materials used in the presentations.
4. Video of training including in the field, hands on training.
5. Provide powerpoint slides about project description to engage staff on project
purpose and goals in the beginning of each training session.
H. Provide qualified instructors to conduct the training.
1. Instructors must have knowledge of the theory of operation and practical experience
- with the equipment, product, or system.
2. Instructors must have successfully conducted similar training courses.
I. 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 manufacturer to be
recorded.
J. Requirements in advance of scheduling training are as follows:
1. Schedule training before operations is expected to start the equipment or system.
2. Two week advance written email notice to the City's Project Representative.
- 3. A comprehensive, printed agenda is required to schedule training.
4. City's Project Representative will notify plant personnel and select training days within
__ a week of receiving written notification and agenda.
5. Contractor to confirm dates are set by email to City's Project Representative with one
or two weeks in advance.
7. Final DRAFT O&M for subject equipment. See additional requirements in Section 01
78 23, "Operations and Maintenance Data".
J. Schedule fortraining is to be approved by Owner. Training shall occuron Tuesdays between
7 am and 9 am and on Wednesdays between 3 pm and 5 pm.
OPERATOR TRAINING 01 75 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Schedule training and start-up operations for no more than one piece of equipment
or system at a time.
2. Owner may require re-scheduling of training if opei�ations personnel are not available
for training on a scheduled date.
3. Provide a minimum of 2 weeks' notice if training must be rescheduled.
4. Training is to be limited to 24 hours per week.
5. Time required for training is to be considered ir, the development of the project
schedule.
K. 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. Do not schedule individual
components of an overali system for separate training sessions. They must be scheduled
together.
L. Conduct a training course forthe equipment products anc� systems provided forthe Project
Training is to be adequate to meet the training objectives described above. Details for
training will be established in the project specifications fo�-that equipment. Cost for training
and start-up will be included in the Cost of Work for each equipment package.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
OPERATOR TRAINING 01 75 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 01 76 00
MAINTENANCE OF UTILITY OPERATIONS DURING CONSTRUCTION
PART 1 -- GENERAL
1.01 TNE REQUIREMENT
A. The existing plant will be maintained in continuous operation by the Owner during the entire
construction period of all Contracts as hereinafter specified. The intent of this section is to
outline the minimum requirements necessaryto allowthe Ownerto continuouslyoperate and
maintain the treatmentfacility in orderto remain in compliance with all permit requirements.
B. Work under each Contract shall be scheduled and conducted by each Contractor so as not
to impede any treatment process, reduce the quality of the plant effluent or cause odor or
other nuisance except as explicitly permitted hereinafter. In performing the work shown and
specified, the Contractor shall plan and schedule his work to meet the plant and collection
system operating requirements, and the constraints and construction requirements as
outlined in this Section. No discharge of raw or inadequately treated wastewater shall be
aliowed. The Contractor shall pay all civil penalties, costs, assessments, etc., associated
with any discharge of raw or inadequately treated wastewater associated with the
Contractor's work.
C. The General Contractor shall be responsible for coordinating the general construction and
electrical, HVAC and plumbing construction schedules and for ensuring that permanent or
temporary power is available for all existing, proposed, and temporary facilities that are
required to be on line at any given time.
D. The Contractor has the option of providing additional temporaryfacilities that can eliminate a
constraint, provided it is done without cost to the Owner and provided that all requirements
of these Specifications are fulfilled. The Contractor shall submit any such plan for providing
additional temporaryfacilities to eliminate a constraintto the City's Project Representative for
review. Such plans must be approved by the City's Project Representative and Owner prior
to the Contractor proceeding. Work not specifically covered in the following paragraphs
may, in general, be done at any time during the contract period, subject to the operating
requirements and constraints and construction requirements outiined hereinafter. All
references to days in this Section shall be consecutive calendar days.
1.02 GENERAL CONSTRAINTS
A. Contractor shall be responsible for diversion facilities and temporary connections required to
maintain Owner's operations. Sequences other than those specified will be considered by
Owner, provided they afford equivalent continuity of operations.
B. Some of the existing facilities being renovated under this Contract are old. The Contractor
shall NOT assume that valves will seal off watertight or hold at all. The Contractor is
responsible for furnishing all dewatering equipment required to maintain a clean, dry
environment for all of the modification work. Adjacent facilities must be kept in service.
MAINTENANCE OF UTILITY 01 76 00 - 1 VCWRF GBT Addition
OPERATIONS DURING City Project No. 01847
CONSTRUCTION Hazen and Sawyer Project No. 60000-000
C. The Contractor shall schedule the Work so that the plant is maintained in continuous
operation. All treatment processes shall be maintained ir: continuous operation during the
construction period except during approved process interruptions. All short-term system or
partial systems shutdowns and diversions shall be approved by the City's Project
Representative. Long-term process shutdowns and diversions shall conform to the
requirements hereinafter specified and shall be minimized by the Contractor as much as
possible. If in the judgment of the City's Project Represen.ative a requested shutdown is not
required for the Contractor to perform the Work, the Contractor shall utilize approved
alternative methods to accomplish the Work. All shutdo�n.ms shail be coordinated with and
scheduled at times suitable to the Owner. Shutdowns shall not begin until all required
materials are on hand and ready for installation. Each shutdown period shall commence at
a time approved by the Owner, and the Contractor shall proceed with the Work continuously,
start to finish, until the Work is completed and normal plant operation is restored. If the
Contractor completes all required Work before the specified shutdown period has ended, the
Owner may immediately place the existing system back into service.
D. Coordination with plant personnel to minimize disruptio�s to normal plant operations is
mandatory. Coordinate proposed Work with the Owner �nd facility operations personnel
before starting unit shut-downs. Regardless of schedule planning, all circumstances will be
evaluated at the time of the shut-downs and adjustments to the schedule required by plant
personnel to ensure the plant's ability to meet regulatory discharge permit requirements shall
be made at no additional cost to the Owner. If conditions cnange after plant shutdowns have
started (high flows, operational emergency, etc.), the shutdown may be required to cease
(clearing construction materials, scaffoiding, bulkheads, etc.) therefore resuming normal
plant operations at no additional cost to the Owner.
E. The Contractor shail schedule short-term and long-term shutdowns in advance and shall
present all desired shutdowns in the 30 and 60-day schedules atthe progress meetings (see
Section 01 31 20). Shutdowns shali be fully coordinated with the Plant Superintendent at
least two (2) weeks before the scheduled shutdown. Owner personnel shall operate
Owner's facilities involved in the short-term and long-terr� shutdowns and diversions.
F. Short term shutdowns in plant flow will be allowed for tie-ins to existing facilities, installation
of temporary bulkheads, etc. All such shutdowns shall be scheduled forweek-end low-fiow
periods and shall be limited to less than two (2) hours de�ending on incoming flow rate and
storage volume in the collection and treatment system. ��ny shutdown of two (2) hours or
longer duration shall be defined as a long-term shutdov,m. The Contractor shall provide
appropriate diversion facilities to be approved by the Own�r, and at no additional cost to the
Owner, when the plant cannot be shut down for a sufficient long time to accomplish the
required work. The Contractor may be allowed additional time for short-term interruptions if
he can demonstrate to the Owner and City's Project Representative that the collection
system will not surcharge or overFlow during the request�d shutdown period. Duration of
short-term interruptions allowed will depend on incoming wastewater flow rate and
prevention of any discharge of raw wastewater from the iollection system. The schedule
and duration of short-term shutdowns shail be at the discretion of the Owner.
G. Any temporary work, facilities, roads, walks, protection o:- existing structures, piping, blind
flanges, valves, equipment, etc. that may be required witiin the Contractor's work limits to
maintain continuous and dependable plant operation sha°_I be furnished by the Contractor at
the direction of the City's Project Representative at no e;;tra cost to the Owner.
MAINTENANCE OF UTILITY 01 76 00 - 2 VCWRF GBT Addition
OPERATIONS DURING City Project No. 01847
CONSTRUCTION Hazen ard Sawyer Project No. 60000-000
H. The Owner shall have the authority to order Work stopped or prohibited that would, in his
opinion, unreasonably result in interrupting the necessary functions of the plant operations.
I. If the contractor impairs perFormance or operation of the plant as a result of not complying
with specified provisions for maintaining plant operations, then the contractor shall
immediately make all repairs or replacements and do all work necessary to restore the plant
_ to operation to the satisfaction of the City's Project Representative.
J. PerForm Work continuously (24 hours a dayfor 7 days a week) atfull staffing during critical
connections and changeovers, and as required to prevent interruption of Owner's
operations. Under no circumstances cease work at the end of a normal working day if such
actions may inadvertently cause a cessation of any facility operating process, in which case,
remain onsite until necessary repairs are complete.
K. The Contractor shall provide the services of emergency repair crews on call 24-hours per
day to affect repairs to portions of the plant affected by the Contractor's operations.
L. Do not close lines, open valves, or take other action which would affect the operation of
existing systems. The Contactor shall submit written requests to the Owner 7 days prior to
the date they prefer Plant staff to open/close valves or shut down equipment. All operations
- shall be performed by the Owner unless specifically permitted in writing to the Contractor.
M. Considerthe sequences, duration limitations, and governing factors outlined in this Section
to prepare the schedule for work.
N. Perform the work not specifically described in this Section as required to complete the entire
project within the contract time.
1.03 SHUT DOWN PLANS OF ACTION
A. Shut downs of operations or equipment must be planned and scheduled.
1. Submit a written plan of action for approval for shutting down essential services.
These include:
a. Electrical power.
b. Control power.
c. Process piping.
d. Treatment equipment.
e. Communications equipment.
f. Other designated functions.
2. Describe the following in the plan of action:
MAINTENANCE OF UTILITY 01 76 00 - 3 VCWRF GBT Addition
OPERATIONS DURING City Project No. 01847
CONSTRUCTION Hazen and Sawyer Project No. 60000-000
Construction necessary.
b. Utilities, piping, or services affected.
Length of time the service or utility will be �isturbed.
Procedures to be used to carry out the wcrk.
e. Plan of Action to handle emergencies.
f. Contingency plan that will be used if the ariginal schedule cannot be met.
Plan must be received by the Owner two (2) weeks prior to beginning the work and
shall be approved by the Owner prior to the shuteown.
4. At a minimum, the Contractor shall have all equipment and miscellaneous
appurtenances at the Village Creek Water Reclamation Facility project site before
any shutdowns will be allowed by Plant staff.
Before all Major Shutdowns, a coordination meeting is required between the
Contractor, City and the City's Project Representative to discuss the plan of action
and coordinate locations of work.
6. Power outages will be considered upon a minimum of two (2) regular week days
written request to Owner. Describe the reason, an:icipated length of time, and areas
affected by the outage in its written request. Provide temporary provisions for
continuous power supply to critical existing fac;lity components if requested by
Owner.
1.04 GENERAL OPERATING REQUIREMENTS, CONSTRAINTS, AND CONSTRUCTION
REQUIREMENTS
A. Access to Plant Site, Roadways, and Parking Areas
An unobstructed traffic route through the Main Gate shall be maintained at all times
for the Owner's operations personnel and main':enance equipment. Parking for
personal vehicles of construction personnel shall not be allowed within the fence of
the treatment plant. Construction personnel may park on City property outside the
plant fence in areas approved by the City's Project Representative. The General
Contractor shall be responsible for providing access to and for preparing and
maintaining/approved parking areas.
2. An unobstructed traffic route around the plant site shall be maintained at all times for
the Owner's operations personnel and maintenance equipment. Vehicular access to
the treatment units and buildings for Owner personnel shall be maintained at all
times by the Contractor.
3. The Contractor shall provide temporary measures to protect the existing pavement
by filling over with earthen material or supplying other measures acceptable to the
City's Project Representative, and he shall repair any damage to existing paved
MAINTENANCE OF UTILITY 01 76 00 - 4 VCWRF GBT Addition
OPERATIONS DURING City Project No. 01847
CONSTRUCTION Hazen ar.d Sawyer Project No. 60000-000
surfaces that occurs during the construction period. Any areas disturbed along the
shoulders of the access road and interior roads and elsewhere inside and outside of
the plant shall be repaired, graded, seeded, etc. as necessary to match pre-existing
conditions.
4. The General Contractor shall not undertake the restoration/construction of new
roadway (paved, gravel, or asphalt overlay) shown on the Contract Drawings, until all
other work on the plant improvements has been completed.
It shall be the responsibility of the General Contractorto obtain any permits required
from the Texas Department of Transportation and pay all associated fees.
B. Road Closures
1. For all construction activities in the plant, vehicular access shall be maintained for
Plant Staff to perform all daily operation and maintenance activities. If the Contract
-- determines that a roadway should be temporarily shut down, the Contract must
request and receive approval from Plant Staff in writing five (5) days prior to the
closure of the road. Contractor shall cover all the excavated pipe trenches with cover
plates when not performing any construction activity in the pipe trenches. In addition,
Contractor shall also provide traffic rated closure plates at all times on the
construction site to cover the excavated roads at the end of every construction day or
within one (1) hour at Owner's request at any time during the work day to allow for
movement of traffic over the excavated roads.
C. Personnel Access
1. Treatment plant personnel shall have access to all areas which remain in operation
throughout the construction period. The Contractor shall locate stored material,
dispose of construction debris and trash, provide temporary walkways, provide
- temporary lighting, and other such work as directed by the City's Project
Representative to maintain personnel access to areas in operation. Access and
adequate parking areas for plant personnel must be maintained throughout
construction.
D. Plumbing Facilities
1. Uniess otherwise allowed by the Ciry's Project Representative, sanitary facilities in
the existing structures shall be operational at all times for plant operating personnel.
All other building plumbing systems such as roof and floor drains, pumping, etc.,
shall be maintained for all structures.
E. Building Heating and Ventilating
1. Building heating and ventilating forthe existing plant structures shall be in servicefor
___ the entire construction period. Additional temporary heating and ventilation shall be
provided as required to maintain facilities under construction adequately heated and
vented. The temperatures to be maintained in any areas occupied by plant
operating personnel such as offices, lunchrooms, locker rooms, bathrooms, etc.,
shali be at least 65°F. The temperatures to be maintained in ail other interior plant
MAINTENANCE OF UTILITY 01 76 00 - 5 VCWRF GBT Addition
OPERATIONS DURING City Project No. 01847
CONSTRUCTION Hazen and Sawyer Project No. 60000-000
areas, whether new, existing or temporary, shall be maintained at a minimum of
55°F.
�
Power, Light and Communications Systems (General)
Electric power, lighting service and communications systems shall be maintained in
uninterrupted operation in all areas which remain in operation. Individual units may
be disconnected as required for replacement, bGt service shall be available at all
times including periods when plant elements are out of service. Shutdown of
electrical facilities shall be limited to not more than four (4) hours. The Owner may
allow longer outages under conditions determined by the Owner by making use of
the existing and/orthe proposed engine-generator at the plant. All costs associated
with operation of the engine-generators shall b� paid by the Contractor. The
Electrical Contractor shall coordinate shutdov�ms required with the General
Contractor to minimize the total number of shutdowns required to complete
construction. Owner's phone service to the plant shall be maintained in continuous
operation during construction.
G.
Draining Process Pipes and Conduits (General)
The contents of all pipes and conduits to be rer�oved, replaced or relocated (or
dewatered for a specific purpose) shall be transferred to a suitable facility in a
manner approved by the Owner through hoses or piping, or by using pumps if
hydraulic conditions so require them. The Contrac�or shall provide the pumps, piping
and hoses at no additional cost to the Owner. No uncontrolled spillage of a pipe or
conduit shall be permitted. Any spillage, other than potable water, shall be
immediately washed down and flushed into the a�propriate process flow train.
H
Potable Water System
Potable water service shall be maintained in cont�nuous service at all times during
construction exceptforshortterm interruptions reouiredfortie-ins. Shutdown ofthe
potable water system shall be fully planned and coordinated with the Plant
Superintendent and shall be limited to not more than two (2) hours. Existing fire
hydrants within the plant site shall be operational at all times, uniess otherwise
approved by the Owner.
Non-potable Water System
The existing non-potable water service shall be maintained in continuous operation
during construction except for short term tie-ins of new or temporary facilities to
existing facilities, until the new system is brought into service. Temporary
non-potable service for the chlorine and pump se�l water systems shall be provided
bythe Contractoras necessaryto insure continuous, uninterrupted service ofthese
critical systems. The Contractor shall furnish an;� required temporary non-potable
water systems at no additional cost to the Owner. The Contractor may require
temporary support or relocation or demolition of e;:isting non-potable waterfacilities
to proceed with construction The Contractor shall provide all temporary supports,
relocation of existing piping, or demolition of existing non-potable water piping
including placement with temporary or permanent non-potable water piping as
MAINTENANCE OF UTILITY 01 76 00 - 6 VCWRF GBT Addition
OPERATIONS DURING City Project No. 01847
CONSTRUCTION Hazen and Sawyer Project No. 60000-000
required at no additional cost to the Owner. Shutdown of the non-potable water
system shall be fully coordinated with the Plant Superintendent and shall be limited
to not more than five (5) hours.
J. Sump Pumps and Sumps
1. All existing sumps shall be maintained in an operable condition with either existing
pumps ortemporary pumps. Interim piping, powerand controls shall be provided as
required by the staged construction sequence.
K. Seal Water and Service Water Piping
1. A supply of service and seal water and the necessary connections to existing
equipment shall be maintained during construction. Interim piping shall be provided
as required.
1.05 SPECIFIC OPERATIONAL CONSTRAINTS
A. The respective Contractors shall schedule the work for the following based on the
constraints given in such a manner as to maintain the wastewater treatment plant in
continuous operation.
1. Electrical and control service from the GBT building to the sludge degritting building
shall not be interrupted for more than four (4) hours. The Owner may allow longer
outages under conditions determined by the Owner by making use of the existing
backup power systems at the plant or by backup power systems provided by the
Contractor at no additional cost to the Owner. All costs associated with operation of
the engine-generators shall be paid by the Contractor. The Electrical Contractor
shall coordinate shutdowns required with the General Contractor to minimize the
total number of shutdowns required to complete construction.
Add 1 2, Existing Gravity Belt Thickener No. 1 and 2 and all required anciliary equipment for
operation of these Gravity Belt Thickeners including, but not limited to the existing
Gravity Belt Thickener Feed Pumps, existing Thickened Sludge Pumps, existing
Polymer Blend Units utilizing the existing polymer supply totes shall remain
operational throughout construction. Shut downs of the existing system for tie-ins
shall be coordinated with the Owner and shall not exceed 8 hours within a 24 hour
period. Shut downs longer than 8 hours may be possible based on current plant
operations but cannot be guaranteed. Ali costs associated with limiting the shut
downs to 8 hours shall be paid borne by the Contractor.
PART 2 -- PRODUCTS
MAINTENANCE OF UTILITY 01 76 00 - 7 VCWRF GBT Addition
OPERATIONS DURING City Project No. 01847
CONSTRUCTION Hazen and Sawyer Project No. 60000-000
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
MAINTENANCE OF UTILITY
OPERATIONS DURING
CONSTRUCTION
- END OF SECTION -
01 76 00 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
SECTION 01 77 19
PROJECT CLOSEOUT
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Final Cleaning
1. At the completion of the work, the Contractor shall remove all rubbish from and about
" the site of the work, and all temporary structures, construction signs, tools,
scaffolding, materials, supplies and equipment which he or any of his Subcontractors
may have used in the performance of the work. Contractor shall broom ciean paved
-- surfaces and rake clean other surfaces of grounds.
2. Contractor shall thoroughly clean all materials, equipment and structures; all marred
surFaces shall be touched up to match adjacent surfaces; dirty filters and burned out
lights replaced as required; all glass surfaces cleaned and floors cleaned and
polished so as to leave work in a clean and new appearing condition.
3. Contractorshall maintain cleaning until project, or portion thereof, is occupied bythe
Owner.
B. Lubrication Survey
1. A lubrication survey, made by a lubricant supply firm, subject to the approval of the
Owner shall be provided and paid for by the Contractor.
2. The lubrication survey shall list all equipment, the equipment manufacturer's
lubrication recommendations, and an interchangeable lubricants tabulation
standardizing and consolidating lubricants whenever possible.
3. The Contractor shall supply all lubricants, applicators and labor for lubricating the
equipment, in accordance with manufacturer's recommendations, for field testing
and prior to final acceptance. A supply of required lubricants sufficient for start-up
and one year of operation shall also be supplied by the Contractor.
4. Ten (10) copies of the approved lubrication survey shall be furnished to the City's
Project Representative prior to final acceptance.
C. Spare Parts and Special Tools
1. As soon as practicable after approval of the list of equipment, the Contractor shall g
�
furnish spare parts data for each different item of equipment listed. The data shall Z
�
include a complete list of parts and supplies, with current unit prices and source or
sources of supply.
PROJECT CLOSEOUT 01 77 19 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2. Contractor shall also furnish a list of parts, and supplies that are either normally
furnished at no extra cost with the purchase of t�e equipment or specified to be
furnished as part of the Contract and a list of additional items recommended by the
manufacturer to assure efficient operation for a period of one-hundred and
twenty (120) days for the particular installation.
3. All parts shall be securely boxed and tagged, and clearly marked on the box and
individually for identification as to the name of ma.�ufacturer or supplier, applicable
equipment, part number, description and location i� the equipment. All parts shall be
protected and packaged for a shelf life of at least ten (10) years.
4. Contractor shall furnish at no additional cost tc the Owner with each piece of
equipment as a minimum, one (1) complete set, or the number of sets called for in
the Technical Specifications, of suitably marked s�ecial tools and appliances which
may be needed to adjust, operate, maintain, or repair the equipment.
Contractorshall submit, forapproval bythe Citys Project Representative, a complete
list of the special tools and appliances to be furnished. Such tools and appliances
shall be furnished in approved painted steel cases properly labeled and equipped
with good grade cylinder locks and duplicate key�.
D. Equipment Start-Up Services
1. Equipment start-up period, for the training of p:ant personnel, shall begin after
satisfactory completion and acceptance of the field tests and coincidentally with the
certified date of substantial completion for the part of the work for which the
equipment is included. If the equipment is not covvred by a certificate of substantial
completion for a part of the work, the period shall �egin upon substantial compietion
of the project.
2. During the equipment start-up period the Contractor shall furnish, at no additional
cost to the Owner the services of factory trained ��epresentatives of the equipment
manufacturers for the equipment designated in the Specifications to:
a. Assist in the start-up and operations of the equipment.
b. Assist in the training of plant personnel, designated by the Owner in the
proper operation and maintenance of the �quipment.
The Owner shall:
a. Provide the necessary plant personnel to I�e instructed in the operation and
maintenance of the equipment. The Owner's personnel shall operate all
equipment. ,
b. Pay for all fuei, power and chemicals consumed beyond quantities specified
in the Contract Documents. The Contractor shall pay for fuel, power, and
chemicals consumed up to the date of "certified substantial completion"
except as otherwise specified herein.
PROJECT CLOSEOUT 01 77 19 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
4. Contractor shall be available to promptly repair all work during the start-up period so
as to cause minimum disruption to the total plant operation.
5. Upon completion of a minimum of ten (10) consecutive and continuous days of
satisfactory operation, or the number of days called for in the Technical
Specifications, the Owner will assume operation and operating cost of the
equipment. If the equipment malfunctions during this start-up period, the start-up
period will be repeated until satisfactory operation is achieved.
6. In the event a system, equipment or component proves defective or is unable to
meet specified performance criteria, the Contractor shall replace the defective item
and the minimum one (1) year guarantee period, orthe guarantee period called for in
the Technical Specifications for the item shall start after satisfactory replacement
and testing of the item.
E. Finai Cleanup; Site Rehabilitation
1. Before finally leaving the site, the Contractor shall wash and ciean all exposed
surfaces which have become soiled or marked, and shall remove from the site of
work all accumulated debris and surplus materials of any kind which result from his
operation, including construction equipment, tools, sheds, sanitary enclosures, etc.
-- The Contractor shall leave ail equipment, fixtures, and work, which he has installed,
in a clean condition. The completed project shall be turned over to the Owner in a
-- neat and orderly condition.
2. The site of the work shail be rehabilitated or developed in accordance with other
,__ sections of the Specifications and the Drawings. In the absence of any portion of
these requirements, the Contractor shall completely rehabilitate the site to a
condition and appearance equal or superior to that which existed just prior to
construction, except for those items whose permanent removal or relocation was
- required in the Contract Documents or ordered by the Owner.
F. Finallnspection
Final cleaning and repairing shall be so arranged as to be finished upon completion
of the construction work. The Contractor will make his final cleaning and repairing,
and any portion of the work finaily inspected and accepted by the City's Project
Representative shall be kept clean by the Contractor, until the final acceptance of the
entire work.
2. When the Contractor has finally cleaned and repaired the whole or any portion of the
work, he shall notify the City's Project Representative that he is ready for final
inspection of the whole or a portion of the work, and the City's Project
Representative will thereupon inspect the work. If the work is not found satisfactory,
the City's Project Representative will order further cleaning, repairs, or replacement.
3. When such further cleaning or repairing is completed, the City's Project
Representative, upon further notice, will again inspectthe work. The "Final Payment"
will not be processed until the Contractor has complied with the requirements set
forth, and the City's Project Representative has made his final inspection of the
PROJECT CLOSEOUT 01 77 19 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
entire work and is satisfied that the entire wark is properly and satisfactorily
constructed in accordance with the requirements of the Contract Documents.
G. Project Close Out
As construction of the project enters the final stages of completion, the Contractor
shall, in concert with accomplishing the requirements set forth in the Contract
Documents, attend to or have already completed tie following items as they apply to
his contract:
Scheduling equipment manufacturers' visits to site.
b. Required testing of project components.
Scheduling start-up and initial operation.
Scheduling and furnishing skilled personrel during initial operation.
e. Correcting or replacing defective work. including completion of items
previously overlooked orwork which remai�s incomplete, all as evidenced by
the City's Project Representative's "Punch" �ists.
Attend to any other items listed herein or brought to the Contractor's attention
by the City's Project Representative.
2. Just before the City's Project Representative's Ce-tificate of Substantial Completion
is issued, the Contractor shall accomplish the cleaning and final adjustment of the
various building components as specified in the Specifications and as foilows:
a. Clean all glass and adjust all windows and doors for proper operation.
Clean all finish hardware after adjustment for proper operation.
c. Touch up marks or defects in painted surfaces and touch up any similar
defects in factory finished surfaces.
d. Wax all resilient flooring materials.
e. Remove bitumen from gravel stops, fascias, and other exposed surfaces.
f. Remove all stains, marks, fingerprints, soil, spots, and blemishes from all
finished surfaces, tile, stone, brick, and similar surfaces.
In addition, and before the Certificate of Substantial Completion is issued, the
Contractor shall submit to the City's Project Representative (or to the Owner if
indicated) certain records, certifications, etc., which are specified elsewhere in the
Contract Documents. A partial list of such items appears below, but it shall be the
Contractor's responsibility to submit any other items which are required in the
Contract Documents:
PROJECT CLOSEOUT 01 77 19 -4 VCWRF GBT Addition
� City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
a. Test results of project components.
b. Performance Affidavits for equipment.
c. Certification of equipment or materials in compliance with Contract
Documents.
d. Operation and maintenance instructions or manuals for equipment.
e. One set of neatly marked-up record drawings showing as-built changes and
additions to the work under his Contract. Record drawings shall be in
accordance with Section 01 31 00.
f. Any speciai guarantees or bonds (Submit to Owner).
g. Licensed surveyor's report showing elevations of weirs specified in the
Contract Drawings and the final surveyed elevation.
4. The Contractor's attention is directed to the fact that required certifications and
information under Item 3 above, must actually be submitted earlier in accordance
with other Sections of the Specifications.
5. Ali warrantees for all equipment will begin at Substantial Completion.
H. Follow-up Items
1. For the following equipment, a separate training session shail take place 6 months
from date of Substantial Completion. Training shall be in accordance with Section 01
75 00.
2. A warranty inspection with the Contractor is required at 11 months from Substantial
Completion.
PART 2 -- PRODUCTS
(NOT USED)
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
PROJECT CLOSEOUT 01 77 19 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1 -- GENERAL
1.01 WORK INCLUDED
A. Prepare a complete and detailed Operation and Maintenance Manual for each type and
model of equipment or product furnished and installed under this contract.
B. Prepare the manuals in the form of an instruction manual for the Owner. The manual is to be
suitable for use in providing operation and maintenance instruction.
C. Provide complete and detailed information specificaliyforthe products orsystems provided
for this Project. Include the information required to operate and maintain the product or
system.
D. Manuals are to be in addition to any information packed with orattached to the productwhen
delivered. Information delivered with package is to be taken from the product and provided
as an attachment to the manual.
E. Cost for O&M Manuals provided by Suppliers and Subcontractors as described in this
section are to be included in the Cost of Work. Contractor efforts are included in the
Contractor's fee for Construction Phase Services.
1.02 SUBMITTALS
A. Submit manuals in accordance with Section 01 33 00 "Submittal Procedures.° Attach to each
manual a copy of the Operation and Maintenance Manual Review Form as inciuded at the
end of this Section.
1.03 GUARANTEES
A. Provide copies of the Manufacturer's warranties, guarantees, or service agreements in
- accordance with these Contract Documents.
PART 2 -- PRODUCTS
2.01 MATERIALS
A. Print manuals on heavy, first quality paper.
1. Paper shall be 8-1/2 x 11 paper.
a. Reduce drawings and diagrams to 8-1/2 x 11 paper size.
OPERATION AND MAINTENANCE 01 78 23 - 1 VCWRF GBT Addition
DATA City Project No. 01847
Hazen and Sawyer Project No. 60000-000
When reduction is not practical, fold drawings and place each separately in a
clear, super heavy weight, top loading polypropylene sheet protector
designed for ring binder use. Provide a t�iped identification label on each
sheet protector.
2. Punch paper for standard three-ring binders.
B. Place manuals in Wilson Jones 385 Line D-Ring Dublock Presentation Binders.
Binders are to have clear front, back, and spine c�vers.
2. Sheet lifters are to be provided.
Minimum size is 2-inch capacity. Maximum size is 3-inch capacity.
C. Provide tab indexes for each section of the manual.
Indexes are to be constructed of heavy-duty paper with a reinforced binding edge
and punched with 9/32-inch holes to fit the binders.
2. Index is to have clear insertabie tabs for a typed i�sert.
2.02 ELECTRONIC MANUAL FORMAT
A. Manual contents to be provided on compact disc (CD).
1. Minimum CD storage capacity is 700 MB.
2. CD to have read/write capability.
B. Provide individual electronic files for each manual.
Maximum file size is 5 MB. If manual is greater than maximum allowable file size,
provide individual files for each major section of r�anual.
2. Acceptable file types for written documents are Portable Document File (PDF) or
Microsoft Word formats. Acceptable file types for drawing files are PDF formats. All
files shall be compatible with the latest software version available.
3. Filename shail identify the plant site, plant area, e�uipment manufacturer, and date
equipment placed in service. i.e. WWTP-PC1-M�.nufacturer-200503.pdf.
4. Each electronic file shall contain a table of contents at the beginning of the file which
includes hypertext links or bookmarks to r.avigate the file contents per
section/chapter.
5. Scanned images of written documents are not a�ceptable. Document must allow
character selection. Text within a file shall be transferable to other documents.
6. Drawing files shall have the ability to turn on/off arawing layers within the file.
OPERATION AND MAINTENANCE 01 78 23 - 2 VCWRF GBT Addition
DATA City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
7. Submit a preliminary version of the electronic format of the manual for review. Upon
approval of the preliminary submittal, the Contractor shall provide three copies of the
electronic manual to the Owner.
PART 3 -- EXECUTION
3.01 MANUAL ORGANIZATION AND CONTENTS
A. Provide a Table of Contents listing each section of the manual for each product or system.
1. Identify each product or system using the nomenclature shown in the Contract
Documents.
2. Assign a number and letter to each section in the manual.
a. Assign a numberto each product or system. The number is to correspond to
the Owner's equipment numbering system or other system designated by the
City's Project Representative.
b. A cross reference is to be provided for the Owner's numbering system and
designations for equipment indicated in the Contract Documents.
- c. The letter assigned will represent the part of the manual, consistent with the
manual contents as required by Paragraphs 3.02, 3.03, and 3.04.
3. Provide index tabs for each section in the manual.
4. The designation on each index tab is to correspond to the number and letter
assigned in the Table of Contents.
B. Include only the information that pertains to the product described. Annotate each sheet to:
,, 1. Cleariy identify the specific product or component installed.
- 2. Clearly identify the data applicable to the installation.
3. Delete reference to inapplicable information.
C. Supplement manual information with drawings as necessary to clearly illustrate relations of
component parts of equipment and systems, and control and flow diagrams.
- D. Identify each manual by placing a printed cover sheet in the front cover of the binder and as
the first page in the manual. The first page is to be placed in a clear polypropylene sheet
protector. The information on first page and the cover page are to include:
1. Name of Owner.
2. Project Name.
OPERATION AND MAINTENANCE 01 78 23 - 3 VCWRF GBT Addition
DATA City Project No. 01847
Hazen and Sawyer Project No. 60000-000
3. Volume number.
4. The Table of Contents for that volume.
E. Insert the Table of Contents into the spine of each manual.
F. Manuals for severai products or systems may be provided in the same binder.
1. Sections for each product or system must be included in the same binder.
2. Sections must be in numerical order from volume to volume.
G. Correlate the data into related groups when multiple bin�ers are used.
H. Fill binders to only three-fourths of its indicated capacity to allow for addition of materials to
each binder by the Owner.
3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT
A. Manual shall provide the following information per system:
1. Cover sheet with project number and tags for all equipment.
2. A description of the unit and component parts.
3. Operating instructions for startup, normal operatians, regulation, control, shutdown,
emergency conditions, and limiting operating conditions.
4. Maintenance instructions including assembly, installation, alignment, adjustment,
and checking instructions.
5. Lubrication schedule and lubrication procedures. Include a cross reference for
recommended lubrication products.
6. Troubleshooting guide.
7 Schedule of routine maintenance requirements.
8. All preventative maintenance and operational che�k lists for all equipment including
miscellaneous instrumentation in one place or tab.
9. Description of sequence of operation by the Control Manufacturer.
10. Warnings for detrimental maintenance practices.
11. Parts lists including:
a. Part numbers for ordering new parts.
OPERATION AND MAINTENANCE 01 78 23 - 4 VCWRF GBT Addition
DATA City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
___ b. Assembly illustrations showing an exploded view of the complex parts of the
product.
c. Predicted life of parts subject to wear.
d. List of the Manufacturer's recommended spare parts, current prices with
effective date and number of parts recommended for storage.
e. Directory of a local source of supply for parts with company name, address,
and telephone number.
f. Complete nomenclature and list of commercial replacement parts.
12. Outline, cross section and assembly drawings, engineering data, test data, and
performance curves.
13. Control schematics and point to point wiring diagrams prepared forfield installation,
including circuit directories of panel boards and terminal strips.
14. �ist of identification nameplates installed on equipment and valve identification per
the Contract Documents.
15. Copy of the warranty including stipulations and periods of the warranty.
16. Other information as may be required bythe individual sections ofthe specifications.
3.03 ELECTRICAL AND ELECTONICS SYSTEMS MANUAL
A. Manual shall provide the following information; provide all of this information in electronic
format:
1. A description of the systems and component parts.
2. Control schematics and pointto pointwiring diagrams prepared forfield installation.
Inciude circuit directories of panel boards and terminal strips and as installed color
coded wiring diagrams.
3. Operating procedures, maintenance procedures, and the Manufacturer's printed
operating and maintenance instructions.
4. List of the Manufacturer's recommended spare parts, current prices with effective
date, and number of parts recommended for storage.
5. Other information as may be required bythe individual sections ofthe specifications.
3.04 LIST OF SERVICE ORGANIZATIONS
A. Provide a directory of authorized service organizations with company name, address,
telephone number, e-mail address and the contact person for warranty repair.
OPERATION AND MAINTENANCE 01 78 23 - 5 VCWRF GBT Addition
DATA City Project No. 01847
Hazen and Sawyer Project No. 60000-000
i : ♦ 1 � � � • � _
PROJECT
PROJECT: NUMBER:
OWNER:
CONTRACTOR:
CONSTRUCTION MANAGER:
REFERENCE DATA:
O&M No.: Description:
Specification Section No.: Page No.: Par. No.: Sheet
No.:
Entitled:
Detail Designation: Drawing Attached: ❑ Yes
❑ No
EQUIPMENT IDENTIFICATION:
Name (from drawings):
Identification No.: Unit No.:
Manufacturer:
Capacity: Model No.: Serial No.:
LOCATION:
Structure: R/S Coord.:
E/W Coord.: Station: Elevation:
SUBMITTAL: ❑ Preliminary O& M ❑ Final O& iUl ❑ Revised
Final
DESCRIPTION OF OPER�,TION
❑ Equipment Functions ❑ Normal Operating Characteristics
❑ Engineering Data ❑ Limiting Conditions ❑ Safety
C�nditions
EQUIPMENT MANUFACTURER'S RECOMMENDED STEP BY STEP PROCEDURES
FOR
❑ Start-up ❑ Normal Operations ❑ Shut Down ❑
Regulation
❑ Control ❑ Emergency Conditions ❑ Limiting Operating
Conditions
MAINTENANCE INSTRU�TION
❑ Preventive/Routine Maintenance Schedule ❑ Guide to Troubleshooting
OPERATION AND MAINTENANCE 01 78 23 - 6 VCWRF GBT Addition
DATA City Project No. 01847
Hazen and Sawyer Project No. 60000-000
MAINTENANCE - LUBRICATION
❑ �ubricant Chart ❑ �ubrication Schedule ❑ Cross Reference
MAINTENANCE-ASSEMBLY
❑ Exploded View 0 Cross Sectional Views ❑ Parts List and Number
EQUIPMENT MANUFACTURER'S RECOMMENDED STEP BY STEP PROCEDURES
FOR
❑ Disassembly ❑ Repair/Parts Replacement � Reassembly
❑ Installation ❑ AlignmentJAdjustment/Calibration ❑ Preventive Maintenance
Procedures
PARTS
❑ Generic Name ❑ Part ID Number ❑ Predicted Life
� Parts Subject To Wear ❑ Recommended Spare Parts
ELECTRICAL
❑ Operating Procedure ❑ Electrical Components (by model)
❑ Circuit Directories ❑ As-installed Wiring Diagrams
❑ Maintenance Procedures ❑ As-Installed Control Diagrams by Control Mfg.
V Written Description of the Sequence of Operation for Electrical Controls
WARRANTY AND SERVICE
❑ Warranty Included ❑ Extended Service Agreement ❑ Service
Data
MANUAL PRESENTATION
❑ Manual Text and Drawings Legible ❑ Text Pages 8-1/2 x 11 ❑ Binder
❑ Drawing 8-1/2 x 11 or 11 x 17 placed in envelopes bound in Manual
❑ Non Pertinent Data Deleted � Table of contents
Comment Reviewed Review Comments
Number By
By:
- END OF SECTION -
OPERATION AND MAINTENANCE 01 78 23 - 7 VCWRF GBT Addition
DATA City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 02 41 13
DEMOLITION
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish all labor, materials and equipment in accordance with the
requirements of the Contract Documents.
B. In addition, the Contractor shall demolish and remove all concrete and asphaltic paving,
_ curbs, sidewalk, and miscellaneous yard structures as required and shown on the Contract
Drawings during the construction work.
1.02 RE�ATED WORK SPECIFIED ELSEWHERE
A. Section 01 42 19 - Reference Standards
B. Section 01 76 00 - Maintenance of Utility Operations During Construction
-- C. Section 01 71 40 - 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.
PART 2 -- EXECUTION
2.01 DEMOLITION
A. Existing concrete and asphaltic paving, curbs, sidewalk and miscellaneous yard 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 o
and other authorities having jurisdiction. w
�
�
E. 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, orother suitabie
DEMOLITION 02 41 13 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
methods. �eave 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 City's Project Representative
shall jointly survey the condition of the adjoining and/or ne�rby structures. Photographs and
records shail be made of any prior settlement or cracking of structures, pavements, and the
like, that may become the subject of possible damage claims.
2.02 DISPOSAL OF MATERIAL
A. All debris resulting from the demolition and removal w�rk shall be disposed of by the
Contractor as part of the work of this Contract. Material designated by the City's Project
Representative 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.
- END OF SECTION -
DEMOLITION 02 41 13 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
SECTION 03 01 30
CONCRETE REPAIRS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish all materials, labor, equipment, tools, etc., required for the
repair, renovation, and replacement of concrete and/or reinforcing steel as indicated on the
Drawings, specified herein, and determined by field survey.
The Contractor, in conjunction with the City's Project Representative, shall determine the
extent of cracked or deteriorated concrete to be rehabilitated and/or resurfaced. A summary
- of the work to be performed shall be submitted to the City's Project Representative for
review, and such summary shall be approved by the City's Project Representative prior to
commencement of the Work.
B. Concrete repairs include the following:
1. Repair and rehabilitate concrete beneath and adjacent to new concrete to be poured
to create a sufficientiy stable secure surface for new concrete placement.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Division 1- General Requirements
B. Division 3 - Concrete
1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Shall be as specified in Section 01090, Reference Standards.
- 1.04 SUBCONTRACTOR/APP�ICATOR QUALIFICATIONS
A. The Contractor shall furnish the name of all subcontractors/applicators which he proposes to
__ use for this work, including necessary evidence and/or experience records to ascertain their
qualifications in the application of epoxy, urethane, and polymer-modified mortars and
grouts. Approved applicator qualifications shall include:
1. A minimum of 5 years experience in applying epoxy, urethane, and polymer-modified
and cement-based compounds similar to those specified in this Section.
2. A letter from the manufacturer of the specified materials, on the manufacturer's ;
letterhead, signed by an officer of the company, stating that the p
- subcontractor/applicator has been trained in the proper techniques for applying the
product, including surFace preparation and mixing, placing, curing, and caring forthe
CONCRETE REPAIRS 03 01 30 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
manufacturer's products. This letter shall further state that the
subcontractor/applicator is on the manufacturer's approved list of contractors.
1.05 SUBMITTALS
A. Material certifications and technical data sheets on al� grouts, mortars, epoxy resins,
aggregates and repair products specified in this Section.
B. Subcontractor/Applicator qualifications as specified in Section 1.04.
C. Shop Drawings detailing any planned deviation from the �roposed construction sequence
and/or method of repair.
D. The Contractor, based on their experience in their profvssion, may submit to the City's
Project Representative for approval, alternative materials and/or methods of work to assure
the durability and watertight integrity of the repair work perFormed.
1.06 ADDITIONAL GUARANTEE
A. The Contractor shall guarantee all repairwork perFormed ��nderthis Contract against defects
in workmanship resulting in leakage and/orfailure of conc:�ete bond fora period oftwo years
from the date of the Certificate of Substantial Completior..
PART 2 -- MATERIALS
2.01 WATER
A. The water used for mixing concrete repair products shall be clear, potable, and free of
deleterious substances.
2.02 AGGREGATE
A. All aggregate shall conform to ASTM C-33. The aggregat� supplier shall submit to the City's
Project Representative documentation that the proposed aggregates comply with ASTM C-
33 and the requirements listed below:
B. Pea Gravel - Pea gravel shall meet the gradation and material requirements of Standard
Size 14 as defined by ASTM C-33. Pea gravel shall be clean and free from deleterious
matter and shall contain no limestone.
2.03 EPDXY BONDING AGENT
A. An epoxy bonding agent shall be used when applying fresh concrete to previously placed
concrete. Epoxy bonding agent shall conform to ASTM C-881 Type I, II, IV or V; Grade 2 for
epoxy resin adhesives, depending on the application. The class of epoxy bonding agent
shall be suitable for all ambient and substrate temperatures. The epoxy resin shall be
"Sikadur Hi-Mod Series" as manufactured by the Sika Corp, Lyndhurst, NJ, "CR 246" as
manufactured by Sto Corporation, Atlanta, GA, "Duralbond" as manufactured by Euclid
CONCRETE REPAIRS 03 01 30 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
Chemical Company, Cleveland, OH, "Euco #452 Series" by the Euclid Chemical Company,
or "MBT Concresive Series" by BASF Construction Chemicais.
2.04 ANTI-CORROSION REBAR COATING
A. All reinforcing steel cut or exposed during demolition and/or repair operations shall be
protected with an anti-corrosive coating. The anti-corrosive coating shall be a two-
component, polymer-modified cementitious material such as °Sika Armatec 110 EpoCem "
manufactured by Sika Corp., Lyndhurst, NJ, "CR 246" manufactured by Sto Corporation,
Atlanta, GA, "Duralprep A.C." by the Euclid Chemical Company, or "MBT Emaco P24" by
BASF Construction Chemicals.
2.05 STRUCTURAL CRACK REPAIR MATERIAL
A. Structural crack repair material shall be a two-component, polymer-modified or silica fume
enhanced cementitious mortar and shall conform to EPA/USPHS standards for surface
-- - contact with potable water supplies. Structural crack repair material shall be "Sikatop 123
Plus" manufactured by Sika Corp., �yndhurst, NJ, or "Emaco S88 CI" or "MBT Waterplug" by
BASF Construction Chemicals.
2.06 EPDXY CRACK REPAIR BINDER
A. Epoxy crack repair binder shall be a two-component, 100% solids, high-modulus, low
viscosity epoxy adhesive designed for structural repair. The epoxy adhesive shall be
"Sikadur 52" manufactured by Sika Corp., �yndhurst, NJ, "Duralcrete LV" manufactured by
Euclid Chemical Company, Cleveland, OH, "Sto Poxy Binder CR633" manufactured by Sto
Corporation, Atlanta, GA, "Eucopoxy Injection Resin" by the Euclid Chemical Company, or
"Concresive Standard LVI" by BASF Construction Chemicals.
2.07 WATERPROOF INJECTION GROUT
A. Waterproof crack repair material shall be a one-component, water-activated polyurethane
hydrophilic/hydrophobic injection grout capable of 700% expansion. Polyurethane grout
shall form a tough flexible/rigid foam seal that is impenetrable to water. Hydrophilic injection
grout shall be "Prime Flex 900 XLV" manufactured by Prime Resins, Conyers, GA, "Scotch-
Seal Chemical Grout 5600" manufactured by Avanti International, Webster, TX, "Hydro-
Active Sealfoam" manufactured by De Neef Construction Chemicals, Houston, TX, or
"Concresive 1210-IUG" by BASF Construction Chemicals. Hydrophobic injection grout shall
be "Prime Flex 920" manufactured by Prime Resins, Conyers, GA, "Sikafix HHLV or "Sikafix
HHPIus" manufactured by Sika Corp., Lyndhurst, NJ, "Hydro-Active Flex" manufactured by
De Neef Construction Chemicals, Houston, TX, or "Concresive 1230-IUG" by BASF
Construction Chemicals.
2.08 SPALL REPAIR PATCHING MATERIAL
A. All spail repairs not requiring formwork shall be repaired using a two-component, polymer-
modified non-shrink cementitious mortar and shall have a minimum 28-day compressive
strength of 7,000 psi. Spall repair mortarfor use in horizontal applications shall be "Sikatop
122 Plus" manufactured by Sika Corp., Lyndhurst, NJ, "CR 700" manufactured by Sto
Corporation, Atlanta, GA, "Eucocrete Supreme" by the Euclid Chemical Company, or MBT
CONCRETE REPAIRS 03 01 30 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SD-2 or Emaco R310 by BASF Construction Chemicals. Spall repair mortar for use in
vertical applications shall be "Sikatop 123 Plus" manufactured by Sika Corp., Lyndhurst, NJ,
"Duraltop Gel" manufactured by Euclid Chemical Compary, "CR 702" manufactured by Sto
Concrete Restoration Division, Atlanta, GA, "Verticoat or Verticoat Supreme" by the Euclid
Chemical Company, or MBT Gel Patch or HB-2 by BASF Construction Chemicals.
B. All spall repairs requiring formwork shall be repaired using a two-component, polymer-
modified cementitious mortar/pea gravel mixture and shall have a minimum 28-day
compressive strength of 7,000 psi. Spall repair mortar shall be "SikaTop 111 PLUS"
manufactured by Sika Corp., Lyndhurst, NJ, "Eucocrete Supreme" manufactured by Euclid
Chemical Company, Cieveland, OH, "Sto Flowable Mortar CR730" manufactured by Sto
Corporation, Atlanta, GA.
C. All spall repair materials shall conform to EPA/USPHS s°andards for surface contact with
potable water supplies.
2.09 WATERPROOF MEMBRANE PATCH
A. Waterproof inembrane patch shall be a hypalon sealing strip secured to the concrete
substrate with an epoxy adhesive. Sealing system shafl be installed per manufacturer's
recommendations and shall be "Sikadur Combiflex" manufactured by Sika Corp., Lyndhurst,
NJ. Minimum width of waterproof inembrane patch shaii bv tweive (12) inches unless shown
otherwise on Contract Drawings.
2.10 CEMENT BASED TEXTURED COATING
A. Cement based textured coating shall be "SikaTop 144" manufactured by Sika Corp.,
Lyndhurst, NJ, "Thoroseal/Acryl 60" manufactured by BASF Construction Chemicals,
"Duraltop Coating" manufactured by Euclid Chemical Cor.�pany, Cleveland, OH, "Eucoseal
orTamoseal" bythe Euclid Chemical Company. Cement �ased textured coating shall have
a minimum durability of 10 years and be able to seal cracks with a width up to 1/8 inch.
2.11 STORAGE OF MATERIALS
A. The Contractor shall provide an area for repair materi�l storage free from exposure to
moisture in any form, before, during, and after delivery to the site. Manufactured materials
shall be delivered in unbroken containers labeled with the manufacturer's name and product
type. All mortar products shall be stored on raised platforms. Materials susceptible to
damage by freezing shall be stored in a dry, heated, ins�€lated area. Any material that has
hardened, partially set, become caked and/or has been contaminated or deteriorated shall
be rejected. All aggregates shall be stored in clean bins, scows or platforms.
PART 3 -- INSTALLATION
3.01 GENERAL REQUIREMENTS
A. No repair work shall be undertaken when ambient temperatures are below manufacturer's
safe recommendations. No admixtures, exceptthose req�ired bythe manufacturer, shall be
used in the repairs specified herein. All products shall be applied in strict accordance with
CONCRETE REPAIRS 03 01 30 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
manufacturer's recommendations. The Contractor shall furnish and install safe scaffolding
and ladders for the City's Project Representative's prework inspection, the repair work
activities, and the City's Project Representative's final inspection
- B. Sandbiast or waterblast (3000-4000 psi waterjet) deteriorated areas to remove all loose
concrete, existing coatings, unsound material, debris, and laitance. All surfaces shall be
clean, free of dirt, grease, loose particles, and deleterious substances and shall be prepared
___ according to manufacturer's requirements.
3.02 EPDXY BONDING AGENT
A. Existing concrete surfaces shall be roughened prior to application of bonding agent.
Concrete surface shall be clean and sound, free of all foreign particies and laitance. Repair
material shall be placed while bonding agent is still tacky. If bonding agent cures prior to
placement of repair materiai, bonding agent shall be reapplied.
B. Repairing concrete with epoxy mortars shall conform to all the requirements of ACI 503.4
"Standard Specification for Repairing Concrete with Epoxy Mortars" (latest edition), except
as modified herein.
3.03 ANTI-CORROSION REBAR COATING
A. Reinforcing steel cut or exposed during demolition and/or repair operations shall be
- sandblasted and cleaned prior to coating with an anti-corrosive coating. Anti-corrosive
coating shall be applied as soon as the reinforcement is exposed and cleaned. Coating
shall thoroughly cover all exposed parts of the steel and shall be applied according to
manufacturer's recommendations.
3.04 STRUCTURAL CRACK REPAIR MATERIA�
- A. Where indicated on the Drawings, ali existing structural cracks 1/16" and wider shall be
repaired with a structural crack repair material. Rout crack to 3/4" wide by 3/4" deep V-notch
to expose sound concrete. Where rebar has deteriorated, crack shall be routed to expose
__ 3/4" all around rebar. The resulting void in concrete shall be patched flush with the existing
concrete surface using structurai crack repair material.
3.05 EPDXY CRACK REPAIR BINDER
A. Where indicated on the Drawings, all existing structural cracks 1/4" or smaller shall be
repaired by pressure injecting an epoxy crack repair binder into the prepared crack. Seal
crack surface and install injection ports per manufacturer's recommendations. Holes drilled
for injection ports shall not cut rebar. If rebar is encountered during driiling, the hole shall be
abandoned and relocated, and the abandoned hole shall be patched immediately with non-
shrink grout flush with the surface of the existing concrete. Once the surface sealing
material has cured, inject crack with epoxy crack repair binder using standard pressure
injection equipment as directed by the manufacturer.
B. Where indicated on the Drawings, all existing structural cracks wider than 1/4" shali be
repaired by gravity feeding an epoxy crack repair binder into the prepared crack. First rout
the concrete surFace to form a 1/4" wide by 1/4" deep v-notch and clean the crack to remove
all loose and foreign particles. Fill the crack with clean, dry sand and then pour epoxy crack
CONCRETE REPAIRS 03 01 30 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
repair binder into V-notch, completely filling crack. �,,s binder penetrates into crack,
additional binder shall be applied to the V-notch.
3.06 WATERPROOF INJECTION GROUT
A. All existing, leaking cracks 1/4" or smaller shall be r�paired by pressure injecting a
waterproof injection grout into the prepared crack. Seal crack surface and install injection
ports per manufacturer's recommendations. Holes drilled for injection ports shall not cut
rebar. If rebar is encountered during drilling, the hole shall be abandoned and relocated,
and the abandoned hole shall be patched immediately w th non-shrink grout flush with the
surface of the existing concrete. Once the surface sealing material has cured, inject crack
with waterproof injection grout using standard pressure injection equipment as directed by
the manufacturer.
3.07 SPALL REPAIR PATCHING MATERIAL
A. All voids or spalled areas to be repaired shall be chipped back to sound concrete a minimum
1/8" deep, cleaned and repaired with spall repair �atching material according to
manufacturer's recommendations. All patching shall prov:de a final finished surface which is
flat, level and even with the existing concrete surface. Repair mortar shall not be feathered
to meet existing concrete surface. Final patching on horizontal surfaces shall receive a
broom finish consistent with the finish on the existing structure.
3.08 WATERPROOF MEMBRANE PATCH
A. Thoroughly clean the concrete substrate and apply waterp�oof inembrane patch according to
manufacturer's recommendations.
3.09 CEMENT BASED TEXTURED COATING
A. Thoroughly clean the concrete substrate and apply vement based textured coating
according to manufacturer's recommendations. All necessary concrete repairs as detailed
on the Contract Drawings shali be completed prior to applying coating.
3.10 CURING
A. All repair products shall be cured in strict accordance with manufacturer recommendations.
3.11 WORK IN CONFINED SPACES
A. The Contractor shall provide and maintain safe working conditions for all employees and
subcontractors. Fresh air shall be supplied continuously to confined spaces through the
combined use of existing openings, forced-draftfans and temporary ducts to the outside, or
by direct air supply to individual workers. Fumes shall be �xhausted to the outside from the
lowest level of the confined space. Electrical fan motors s;�all be explosion-proof if in contact
with fumes. No smoking or open fires shall be permitted in or near areas where volatile
fumes may accumulate.
- END OF SECTION -
CONCRETE REPAIRS 03 01 30 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
SECTION 03 35 00
CONCRETE FINISHES
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Furnish all materials, labor, and equipment required to provide finishes of all concrete
surfaces specified herein and shown on the Drawings.
1.02 RE�ATED WORK SPECIFIED ELSEWHERE
A. Division 3 - Concrete
1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. W ithout limiting the generality of the other requirements of the specifications, all work herein
shali 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.
1. ACI 301 — Specifications for Structural Concrete for Buildings
2. ACI 318 — Building Code Requirements for Structural Concrete
1.04 SUBMITTALS
- A. Submit the following in accordance with Section 01 33 00 — Submittals.
1. Manufacturer's literature on all products specified herein.
PART 2 -- PRODUCTS
2.01 CONCRETE FLOOR SEALER
A. Floor sealer shall be Diamond Clear VOX or Super Diamond Clear VOX by the Euclid
Chemical Company, Sonneborn Kure N Seal 30 by BASF Construction Chemicals.
2.02 CONCRETE LIQUID DENSIFIER AND SEALANT
A. Concrete liquid densifier and sealant shall be a high performance, deeply penetrating o
concrete densifier and sealant. Product shall be odorless, colorless, VOC-compliant, non- o
yellowing siliconate based solution designed to harden, dustproof and protect concrete floors �
subjected to heavy vehicular traffic and to resist black rubber tire marks on concrete
surfaces. The product must contain a minimum solids content of 20% of which 50% is
CONCRETE FINISHES 03 35 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
siliconate. Acceptable products are Diamond Hard by th� Euclid Chemicai Company and
Seal Hard by L&M Construction Chemicals.
2.03 NON-META�LIC FLOOR HARDENER
A. The specified non-metallic mineral aggregate hardenersr,all beformulated, processed, and
packaged under stringent quality control at the manufacturer's owned and controlled factory.
The hardener shall be a factory-blended mixture of specifically processed graded mineral
aggregate, selected Portland cement, and necessary �lasticizing agents. Acceptable
products shall be "Surflex" by the Euclid Chemical Campany, "Harcol" by Sonneborn,
"Maximent" by BASF, and "Mastercon" by BASF.
2.04 NON-OXIDIZING HEAVY DUTY METALLIC FLOOR HARDENER
A. Non-oxidizing heavy duty metallic floor hardener shall be formulated, processed, and
packaged under stringent quality control at the manufacturer's owned and controlled factory.
The hardener shall be a mixture of specifically processec� non-rusting aggregate, selected
Portland cement, and necessary plasticizing agents. Praduct shall be "Diamond-Plate" by
the Euclid Chemical Company, or Masterplate by BASF Construction Chemicals.
2.05 NON-S�IP FLOORING AGGREGATE
A. Non-slip flooring aggregate for non-slip floors shall be non-metallic. Non-slip flooring
aggregate shall be Frictex NS by BASF Construction CheE�nicals, A-H Alox by Anti-Hydro, or
Non-Slip by the Euclid Chemical Company.
PART 3 -- EXECUTION
3.01 FINISHES ON FORMED CONCRETE SURFACES
A. After removal of forms, the finishes described below shall be applied in accordance with
Article 3.05 - Concrete Finish Schedule. Unless the finisr. schedule specifies otherwise, all
surfaces shall receive at least a Type I finish. The City's Froject Representative shall be the
sole judge of acceptability of all concrete finish work.
Type I- Rough: All fins, burrs, offsets, marks ar:d all other projections left by the
forms shall be removed. Projections, depres�ions, etc. below finished grade
required to be removed will only be those greafi�r than '/-inch. All holes left by
removal of ends of ties, and all other holes, depressions, bugholes, air/blow holes or
voids shall be filled solid with cement grout after ;irst being thoroughly wetted and
then struck off fiush. The only holes below grade to be filled will be tie holes and any
other holes larger than '/-inch in any dimension. Honeycombs shall be chipped
back to solid concrete and repaired as directed by the City's Project Representative.
All holes shall be fiiled with tools, such as sponge floats and trowels, that will permit
packing the hole solidly with cement grout. Cement grout shali consist of one part
cementto three parts sand, epoxy bonding agent (fortie holes only) and the amount
of mixing water shall be as little as consistent with the requirements of handling and
placing. Color of cement grout shali match the adjacent wall surFace.
CONCRETE FINISHES 03 35 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
2. Type II - Grout Cleaned: Where this finish is required, it shall be applied after
completion of Type I finish. After the concrete has been predampened, a slurry
consisting of one part cement (including an appropriate quantity of white cement in
orderto produce a color matching the surrounding concrete) and 1-1/2 parts sand
passing the No. 16 sieve, by damp loose volume, shall be spread over the surface
with clean burlap pads or sponge rubber floats. Mix proportions shall be submitted
to the City's Project Representative after a sampie of the work is estabiished and
accepted. Any surplus shall be removed by scraping and then rubbing with clean
burlap.
3. Type III - Smooth Rubbed: Where this finish is required, it shall be applied after the
completion of the Type I finish. No rubbing shall be done before the concrete is
thoroughiy hardened and the mortar used for patching is firmly set. A smooth,
uniform surface shall be obtained by wetting the surface and rubbing it with a
carborundum stone to eliminate irregularities. Unless the nature of the irregularities
requires it, the general surface of the concrete shall not be cut into. Corners and
edges shall be slightly rounded by the use of the carborundum stone. Brush
finishing or painting with grout or neat cement will not be permitted. A 100 square
foot example shaii be established at the beginning of the project to establish
acceptability.
3.02 SLAB AND FLOOR FINISHES
A. The finishes described below shall be applied to floors, slabs, flow channels and top of walis
in accordance with Article 3.05 - Concrete Finish Schedule. The City's Project
Representative shall be the sole judge of acceptability of all such finish work.
Type "A" - Screeded: This finish shall be obtained by piacing screeds at frequent
intervals and striking off to the surface elevation required. When a Type "F" finish is
subsequently to be applied, the surface of the screeded concrete shall be roughened
with a concrete rake to 1/2" minimum deep grooves prior to final set.
2. Type "B" - Wood or Magnesium Floated: This finish shall be obtained after
completion of a Type "A" finish by working a previously screeded surface with a
wood or magnesium fioat or until the desired texture is reached. Floating shall begin
when the water sheen has disappeared and when the concrete has sufficiently
hardened so that a person's foot leaves only a slight imprint. If wet spots occur,
water shall be removed with a squeegee. Care shall be taken to prevent the
formation of laitance and excess water on the finished surface. All edges shall be
edged with an 1/8-inch tool as directed by the City's Project Representative. The
finished surface shall be true, even, and free from blemishes and any other
irregularities. �
Type "C" - Cork Floated: This finish shall be similarto Type "B" but slightly smoother
than that obtained with a wood float. It shall be obtained by power or band floating
with cork floats.
4. Type "D" - Steel Troweled: This finish shall be obtained after completion of a Type
"B" finish. When the concrete has hardened sufficiently to prevent excess fine
materiai from working to the surface, the surface shall be compacted and smoothed
CONCRETE FINISHES 03 35 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
with not less than two thorough and complete ste�l troweling operations. In areas
which are to receive a floor covering such as tile, resilient flooring, or carpeting, the
applicable Specification Sections and Contract D:�awings shall be reviewed for the
required finishes and degree offlatness. In areas :hat are intermittently wet such as
pump rooms, only one troweling operation is required to provide some trowel marks
for slip resistance. All edges shall be edged with an 1/8-inch tool as directed by the
City's Project Representative. The finish shall be brought to a smooth, dense
surface, free from defects and blemishes.
Type "E" - Broom or Belt: This finish shail provide the surface with a transverse
scored texture by drawing a broom or burlap beli across the surFace immediately
after completion of a Type "B" finish. All edges shall be edged with an 1/8-inch tool
as directed by the City's Project Representative.
Type "F" - Swept in Grout Topping: This finish sh�:ll be applied after a completion of
a Type "A" finish. The concrete surface shall be properly cleaned, washed, and
coated with a mixture of water and Portland Cement. Cement grout in accordance
with Section 03600 shall then be plowed and sweat into neat conformance with the
blades or arms of the apparatus by turning or rotating the previously positioned
mechanical equipment. Special attention shall be paid to true grades, shapes and
tolerances as specified by the manufacturer of the equipment. Before beginning this
finish, the Contractor shalC notify the City's Project Representative and the equipment
manufacturer of the details of the operation and obtain approval and
recommendations.
7. Type "G" Hardened Finish: This finish shall be appiied aftercompletion ofa Type "B"
or Type "C" finish and prior to application of a Ty��e "D" finish. Hardeners shall be
applied in strict accordance with the manufacturer's requirements. Hardeners shall
be applied using a mechanical spreader. The :�ardener shall be applied in two
shakes with the first shake comprising 2/3 of the total amount. Type "D" finish shall
be applied following completion of application of 'she hardener.
Non-metaliic floor hardener shall be appli�d where specifically required on
the Contract Drawings at the rate of 1.0 pounds/ft.2.
b. Non-oxidizing heavy duty metallic floor hardener shall be applied at the
loading docks and where specifically req�ired on the Contract Drawings or
specified herein at the rate of 1.5 poundsift.2.
Type "H" - Non-Slip Finish: This finish shall be provided by applying a non-slip
flooring aggregate concurrently with the application of a Type "D" finish. Application
procedure shall be in accordance with manufact�:rer's instructions. Finish shall be
applied where specifically required on the Contra�t Drawings or specified herein.
9. Type "J" - Raked Finish: This finish shall be provided by raking the surface as soon
as the condition of the concrete permits by makir:g depressions of ±1/4 inch.
3.03 CONCRETE SEALERS
CONCRETE FINISHES 03 35 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
A. Concrete sealers shall be applied where specifically required on the Contract Drawings or
specified herein.
B. Sealers shall be applied after installation of all equipment, piping, etc. and after completion
of any other related construction activities. Application of sealers shall be in strict
accordance with manufacturer's requirements.
C. Sealers shall be applied to all floor slabs and equipment pads not painted and not intended
to be immersed.
D. Floor slabs subjected to vehicular traffic shall be sealed with the concrete liquid densifier and
sealer.
E. All other fioor slabs to receive sealer shall be sealed with concrete floor sealer.
3.04 FINISHES ON EQUIPMENT PADS
A. Formed surfaces of equipment pads shall receive a Type III finish.
B. Top surFaces of equipment pads, except those surfaces subsequently required to receive
grout and support equipment bases, shall receive a Type "D" finish, unless othennrise noted.
SurFaces which will later receive grout shall, before the concrete takes its final set, be made
rough by removing the sand and cement that accumulates on the top to the extent that the
aggregate wili be exposed with irregular indentations in the surface up to 1/2 inch deep.
3.05 CONCRETE FINISH SCHEDULE
Item
Concrete surfaces indicated to receive textured coating (as noted on
Drawings)
Inner face of walls of tanks, flow channels, wet welis, perimeter
walis, and miscellaneous concrete structures:
From 1 feet below water surFace to bottom of wall
From top of wall to 1 feet below water surface
Exterior concrete wails below grade
Exterior exposed concrete walls, ceilings, beams, manholes, hand
holes, miscellaneous structures and columns (including top of wall)
to one foot below grade. All other exposed concrete surfaces not
specified elsewhere
All interior exposed concrete walls and vertical surFaces
Interior exposed ceiling, including beams
Floors of process equipment tanks or basins, wetwelis, flow
channels and slabs to receive roofing material or waterproof
membranes
All interior finish floors of buildings and structures and walking
surfaces which will be continuously or intermittently wet
Type of Finish
I
C�
CONCRETE FINISHES 03 35 00 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Item
All interior finish floors of buildings and structures which are no.
continuously or intermittently wet
Fioors to receive tile, resilient flooring, or carpeting
Exterior concrete sidewalks, steps, ramps, decks, slabs on gra�e
and landings exposed to weather
Floors of process equipment tanks indicated on Drawings to receive
grout topping
Garage, storage area floors, and loading docks
Precast concrete form panels, hollow core planks, double tees
- END OF SECTION -
Type of Finish
D
D
E
F
G
CONCRETE FINISHES 03 35 00 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 03 39 00
CONCRETE CURING
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Protect all freshly deposited concrete from premature drying and from the weather elements.
The concrete shall be maintained with minimal moisture loss at a relatively constant
temperature for a period of time necessary for the hydration of the cement and proper
hardening of the concrete in accordance with the requirements specified herein.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Division 3 - Concrete
1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. Without limiting the generality of the other requirements of the specifications, all work herein
shall conform to the applicable requirements of the foilowing documents. All referenced
specifications, codes, and standards refer to the most current issue available at the time of
Bid.
1. ACI 301 — Specifications for Structural Concrete for Buildings
2. ACI 304 — Guide for Measuring, Mixing, Transporting, and Placing Concrete
3. ACI 305 — Hot Weather Concreting
4. ACI 306 — Cold Weather Concreting
5. ACI 308 — Standard Practice for Curing Concrete
6. ASTM C171 — Standard Specifications for Sheet Materials for Curing Concrete
7. ASTM C309 — Standard Specification for Liquid Membrane-Forming Compounds for
Curing Concrete
8. Federal Specification TT-C-800
1.04 SUBMITTALS
0
A. Submit the foilowing in accordance with Section 01 33 00, Submittals. �
W
�
1. Proposed procedures for protection of concrete under wet weather placement
conditions.
CONCRETE CURING 03 39 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2. Proposed normal procedures for protection and curing of concrete.
3. Proposed special procedures for protection and curing of concrete under hot and
cold weather conditions.
4. Proposed method of ineasuring concrete surface temperature changes.
5. -Manufacturer's literature and material certification for proposed curing compounds.
PART 2 -- PRODUCTS
2.01 LIQUID MEMBRANE-FORMING CURING COMPOUND
A. Clear curing and sealing compound shall be a clear styrene acrylate type complying with
ASTM C 1315, Type 1, Class A with a minimum solids content of 30%. Moisture loss shall
not be greaterthan 0.40 kg/m2 when applied at 300 sq.ft./gal. Manufacturer's certification is
required. Acceptable products are Super Diamond Clear VOX by the Euclid Chemical
Company, Sonneborn Kure N Seal 30 by BASF Construction Chemicals, and Cure & Seal
30 Plus by Symons Corporation.
B. Where specifically approved by City's Project Representative, on slabs to receive
subsequent applied finishes, compound shall conform to ASTM C 309. Acceptable products
are "Kurez DR VOX" or "Kurez W VOX" by the Euclid Cr:emical Company. Install in strict
accordance with manufacturer's requirements.
C. Minimum solids content of curing compounds shall be �0%. Maximum coverage for the
curing and sealing compound shall be 300 square feet pe� gallon fortrowel finishes and 200
square feet per gallon for floated or broom surfaces. M�:ximum coverage for compounds
placed where subsequent coatings will be applied shail �e 200 square feet per gallon.
2.02 EVAPORATION REDUCER
A. Evaporation reducer shall be BASF, "Confilm", or Euclid Chemical "Euco-Bar".
PART 3 -- EXECUTION
3.01 PROTECTION AND CURING
A. All freshly placed concrete shall be protected from the elements, flowing water and from
defacement of any nature during construction operation�.
B. As soon as the concrete has been placed and horizonta: top surfaces have received their
required finish, provision shall be made for maintaining th� concrete in a moist condition for
at least a 5-day period thereafter except for high early stre�gth concrete, forwhich the period
shall be at least the first three days after placement. Horizontal surfaces shall be kept
covered, and intermittent, localized drying will not be per:�nitted.
CONCRETE CURING 03 39 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
C. Walls that will be exposed on one side with eitherfluid or earth backfill on the opposite side
shall be continuously wet cured for a minimum of five days. Use of a curing compound will
not be acceptable for applications of this type.
-- D. The Contractor shall use one of the following methods to insure that the concrete remains in
a moist condition for the minimum period stated above.
1. Ponding or continuous fogging or sprinkling.
2. Application of mats or fabric kept continuously wet.
3. Continuous application of steam (under 150°F).
4. Application of sheet materials conforming to ASTM C171.
5. If approved by the City's Project Representative, application of a curing compound in
accordance with Article 3.04.
E. The Contractor shall keep absorbent wood forms wet until they are removed. After form
removal, the concrete shall be cured by one of the methods in paragraph D.
_ F. Any of the curing procedures used in Paragraph 3.01-D may be replaced by one ofthe other
curing procedures listed in Paragraph 3.01-D after the concrete is one-day old. However,
-- the concrete surface shall not be permitted to become dry at any time.
3.02 CURING CONCRETE UNDER COLD WEATHER CONDITIONS
A. Cold weather shall be defined as any time when air temperatures where the concrete is to
be poured are 40°F or lower.
B. Suitable means shall be provided for a minimum of 72 hours after placing concrete to
maintain it at or above the minimum as placed temperatures specified below, for concrete
work in cold weather. During the 72-hour period, the concrete surface shall not be exposed
to air more than 20°F above the minimum as placed temperatures.
- 1. For placements less than 12-inches thick, the concrete shall have a minimum as-
placed temperature of 55°F.
2. For placements 12-inches to 36-inches thick, the concrete shall have a minimum as-
placed temperature of 50°F.
3. For placements greaterthan 36-inches thick, the concrete shaii have a minimum as-
placed temperature of 45°F.
4. The temperature of the concrete as placed shall not exceed the aforementioned
minimum values by more than 20°F, unless otherwise approved bythe City's Project
Representative.
C. Stripping time for forms and supports shall be increased as necessary to allow for
retardation in concrete strength caused by colder temperatures. This retardation is
CONCRETE CURING 03 39 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
magnified when using concrete made with blended cements or containing fly ash or ground
granulated blast furnace slag. Therefore, curing times and stripping times shall be further
increased as necessary when using these types of concrete.
D. The methods of protecting the concrete shall be �?pproved by the City's Project
Representative and shall be such as will prevent local c'rying. Equipment and materials
approved for this purpose shall be on the site in sufficien'� quantity before the work begins.
The Contractor shall assist the City's Project Representative by providing holes in the forms
and the concrete in which thermometers can be placed to determine the adequacy of
heating and protection. All such thermometers shall b� furnished by the Contractor in
quantity and type which the City's Project Representative directs.
E. Curing procedures during cold weather conditions shall conform to the requirements of
AC I 306.
3.03 CURING CONCRETE UNDER HOT WEATHER CONDITIONS
A. When air temperatures exceed 85°F, the Contractor shall take extra care in placing and
finishing techniques to avoid formation of cold joints and plastic shrinkage cracking. If
ordered by the City's Project Representative, temporary sun shades and/or windbreakers
shall be erected to guard against such developments, including generous use of wet burlap
coverings and fog sprays to prevent drying out of the ex�osed concrete surfaces.
B. immediately after screeding, horizontal surfaces shall receive an application of evaporation
reducer. Apply in accordance with manufacturer's instruc:ions. Final finish work shall begin
as soon as the mix has stiffened sufficiently to support the workmen.
C. Curing and protection of the concrete shall begin imrnediately after completion of the
finishing operation. Continuous moist-curing consisfing of inethod 1 or 2 listed in
paragraph 3.01 D is mandatory for at least the first 24 ho�rs. Method 2 may be used only if
the finished surFace is not marred or blemished during contact with the coverings.
D. At the end of the initial 24-hour period, curing and protection of the concrete shail continue
for at least four (4) additional days using one of the meth�ds listed in paragraph 3.01 D.
E. Curing procedures during hot weather conditions shall conform to the requirements of
ACI 305.
3.04 USE OF CURING COMPOUND
A. Curing compound shall be used only where specificall;r approved by the City's Project
Representative. Curing compound shall not be used on surfaces to receive subsequent
coatings. Curing compound shall never be used for curing exposed walls with fluid or earth
backfill on the opposite side. A continuous wet cure for a minimum of five days is required
forthese applications. Curing compound shall not be used on surfaces exposed to water in
potable water storage tanks and treatment plants unless curing compound is certified in
accordance with ANSI/NSF Standard 61.
CONCRETE CURING 03 39 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
B. When permitted, the curing compound shall maintain the concrete in a moist condition for
the required time period, and the subsequent appearance of the concrete surface shall not
be affected.
- C. The compound shall be applied in accordance with the manufacturer's recommendations
afterwatersheen has disappeared from the concrete surface and afterfinishing operations.
The rate of application shall not exceed 300 square feet per gallon. For rough surfaces,
apply in two directions at right angles to each other.
D. Where curing compound is approved for use on equipment pads, Contractor shall
mechanically remove all curing compound prior to installation of grout.
3.05. EARLY TERMINATION OF CURING
A. Moisture retention measures may be terminated earlierthan the specified times onlywhen at
least one of the following conditions is met:
1. The strength of the concrete reaches 85 percent of the specified 28-day
compressive strength in laboratory-cured cylinders representative of the concrete in
place, and the temperature of the in-place concrete has been constantiy maintained
at 50 degrees Fahrenheit or higher.
2. The strength of concrete reaches the specified 28-day compressive strength as
- determined by accepted nondestructive methods or laboratory-cured cylinder test
results.
- END OF SECTION -
CONCRETE CURING 03 39 00 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 03 60 00
GROUT
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Furnish ali materials, labor, and equipment required to provide all grout used in concrete
work and as bearing surfaces for base plates, in accordance with the Contract Documents.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Requirements of related work are included in Division 1 and Division 31 of these
Specifications.
1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. W ithout limiting the generality of the other requirements of the specifications, all work herein
shall conform to the applicable requirements of the foliowing documents. All referenced
specifications, codes, and standards refer to the most current issue available at the time of
Bid.
1. CRD-C 621 Corps of Engineers Specification for Non-shrink Grout
2. ASTM C 109 Standard Test Method for Compressive Strength of Hydraulic
3. ASTM C 531
4. ASTM C 579
5. ASTM C 827
6. ASTM C 144
7. ASTM C 1107
Cement Mortars (Using 2 inch or 50 mm cube Specimens)
Standard Test Method for Linear Shrinkage and Coefficient of
Thermal Expansion of Chemical-Resistant Mortars, Grouts
and Monolithic Surfacings
Test Method for Compressive Strength of Chemical-Resistant
Mortars and Monolithic Surfacings
Standard Test Method for Early Volume Change of
Cementitious Mixtures
Standard Specification for Aggregate for Masonry Mortar
Standard Specification for Packaged Dry, Hydraulic Cement
Grout (Nonshrink)
1.04 SUBMITTA�S
A. Submit the following in accordance with Section 01 33 00 - Submittals.
GROUT
03 60 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
0
N
0
W
�
Certified test results verifying the compressivv strength and shrinkage and
expansion requirements specified herein.
�
Manufacturer's literature containing instructionr and recommendations on the
mixing, handling, placement and appropriate use� for each type of grout used in the
work.
1.05 QUALITY ASSURANCE
A. Field Tests
Compression test specimens will be taken during construction from the first
piacement of each type of grout and at intervals thereafter as selected by the City's
Project Representative to insure continued compliance with these Specifications.
The specimens will be made by the City's Project Representative or its
representative.
a. Compression tests and fabrication of specimens for cement grout and non-
shrink grout will be performed as specified in ASTM C 109 at intervals during
construction as selected by the City's Project Representative. A set of three
specimens will be made for testing at seve� days, 28 days and any additional
time period as appropriate.
b. Compression tests and fabrication of specimens for epoxy grout will be
performed as specified in ASTM C 579, Method B, at intervals during
construction as selected by the City's Project Representative. A set of three
specimens will be made for testing at seven days and any other time period
as appropriate.
2. The cost of all laboratory tests on grout will be borne by the Owner, but the
Contractor shall assist the City's Project Represe�tative in obtaining specimens for
testing. The Contractor shall be charged for the cost of any additional tests and
investigation on work performed which does not meet the specifications. The
Contractor shall supply all materials necessary for fabricating the test specimens, at
no additional cost to the Owner.
3. All grout, already placed, which fails
Specifications, is subject to removal and
Owner.
PART 2 -- PRODUCTS
2.01 MATERIALS
A. Cement Grout
to meet the requirements of these
replacement at no additional cost to the
Cement grout shall be composed of Portland Cement and sand in the proportion
specified in the Contract Documents and the minimum amount of water necessary to
obtain the desired consistency. If no proportior. is indicated, cement grout shall
GROUT 03 60 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
___ consist of one part Portland Cement to three parts sand. Water amount shall be as
required to achieve desired consistency without compromising strength
requirements. White portland cement shall be mixed with the Portland Cement as
required to match color of adjacent concrete.
2. The minimum compressive strength at 28 days shall be 4000 psi.
3. For beds thicker than 1-1/2 inch and/or where free passage of grout will not be
obstructed by coarse aggregate, 1-1 /2 parts of coarse aggregate having a top size of
-- 3/8 inch should be added. This stipulation does not apply for grout being swept in by
a mechanism. These applications shali use a plain cement grout without coarse
aggregate regardless of bed thickness.
4. Sand shall conform to the requirements of ASTM C144.
B. Non-Shrink Grout
1. Non-shrink grout shall conform to CRD-C 621 and ASTM C 1107, Grade B or C
when tested at a max. fluid consistency of 30 seconds per CDC 611 /ASTM C939 at
temperature extremes of 45°F and 90°F and an extended working time of 15
minutes. Grout shall have a min. 28-day strength of 7,000 psi. Non-shrink grout
shall be, "Euco N-S" by the Euclid Chemical Company, "Sikagrout 212" by Sika
Corporation, Conspec 100 Non-Shrink Non-Metallic Grout by Conspec, Masterflow
-- 555 Grout by BASF Construction Chemicals.
C. Epoxy Grout
1. Epoxy grout shall be "Sikadur 32 Hi-Mod" by Sika Corporation, "Duralcrete LV" by
- Tamms Industries, or "Euco #452 Series" by Euclid Chemical, Concresive 1090 by
BASF Construction Chemicals.
2. Epoxy grout shall be modified as required for each particular application with
aggregate per manufacturer's instructions.
D. Epoxy Base Piate Grout
1. Epoxy base plate grout shail be Sikadur 42, Grout-Pak by Sika Corporation, or
Masterflow MP by BASF Construction Chemicals.
2.02 CURING MATERIALS
A. Curing materials shall be as specified in Section 03 39 00, Concrete Curing for cement grout
and as recommended by the manufacturer for prepackaged grouts.
PART 3 -- EXECUTION
3.01 GENERAL
GROUT 03 60 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
A. The different types of grout shall be used for the applications stated below unless noted
otherwise in the Contract Documents. Where grout is cal:ed for in the Contract Documents
which does not fall under any of the applications stated below, non-shrink grout shall be
used uniess another type is specifically referenced.
Cement grout shall be used for grout toppings ar�d for patching of fresh concrete.
Non-shrink grout shall be used for grouting bene�:th base plates of structural metal
framing.
3. Epoxy grout shall be used for bonding new concr�te to hardened concrete.
4. Epoxy base plate grout shall be used for precision seating of base plates including
base plates for all equipment such as engines, mixers, pumps, vibratory and heavy
impact machinery, etc.
B. New concrete surfaces to receive cement grout shall be as specified in Section 03 35 00,
Concrete Finishes, and shall be cleaned of all dirt, grease and oil-like films. Existing
concrete surfaces shall likewise be cleaned of all similarcontamination and debris, including
chipping or roughening the surface if a laitance or poor co�crete is evident. The finish of the
grout surface shall match that of the adjacent concrete. Curing and protection of cement
grout shall be as specified in Section 03 39 00, Concrete Curing.
C. All mixing, surface preparation, handling, placing, cor,solidation, and other means of
execution for prepackaged grouts shall be done according to the instructions and
recommendations of the manufacturer.
D. The Contractor, through the manufacturer of a non-shrink grout and epoxy grout, shall
provide on-site technical assistance upon request, at no additional cost to the Owner.
3.02 CONSISTENCY
A. The consistency of grouts shall be that necessary to com�letely fill the space to be grouted
for the particular application. Dry pack consistency is such that the grout is plastic and
moidable but will not flow.
3.03 MEASUREMENT OF INGREDIENTS
A. Measurements for cement grout shall be made accura`:ely by volume using containers.
Shovel measurement shall not be allowed.
B. Prepackaged grouts shall have ingredients measured 'oy means recommended by the
manufacturer.
3.04 GROUT INSTALLATION
A. Grout shall be placed quickly and continuously, shall completely fill the space to be grouted
and be thoroughly compacted and free of air pockets. T�e grout may be poured in place,
pressure grouted by gravity, or pumped. The use of pneumatic pressure or dry-packed
grouting requires approval of the City's Project Represerr:ative. For grouting beneath base
GROUT 03 60 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar�d Sawyer Project No. 600D0-000
plates, grout shall be poured from one side only and thence flow across to the open side to
avoid air-entrapment.
Cel:��l��
- END OF SECTION -
03 60 00 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 05 05 23
METAL FASTENING
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Furnish all materials, labor, and equipment required to provide all metal welds and
fasteners not otherwise specified, in accordance with the Contract Documents.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Division 05 - Metals
1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Without limiting the generality of the other requirements of the specifications, ail work
herein shall conform to the applicable requirements of the foilowing documents. All
referenced specifications, codes, and standards refer to the most current issue available
at the time of Bid.
1. International Building Code (2009 Edition) with Amendments as Adopted by the
City of Fort Worth
2. AC 193 Acceptance Criteria for Mechanicai Anchors in
3. AC 308
4. ACI 318
E.�GI�1[c3.'1s�►�
6. ACI 355.4
7.
8.
9.
10
AISC 348
AISC
AWS D1.1
AWS D1.2
; �I�l_l�y_T.���►11►[e�
Concrete Elements
Acceptance Criteria for Post-Installed Adhesive
Anchors in Concrete Elements
Building Code Requirements for Structural
Concrete
Qualifications of Post-Installed Mechanical Anchors
in Concrete
Qualifications of Post-Installed Adhesive Anchors in
Concrete
The 2009 RCSC Specification for Structural Joints
Code of Standard Practice
Structural Welding Code - Steel
Structural Welding Code - Aluminum
05 05 23 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
0
�
N
W
�
11. AWS D1.6
12. Aluminum Association
13. ASTM A572/A572M-94C
14. ASTM A36
15. ASTM A325
16. ASTM A489
17. ASTM A490
18. ASTM A563
19. ASTM D1785
20. ASTM F436
21. ASTM F467
22. ASTM F593
23. ASTM F594
24. ASTM F1554
Structural Welding �ode — Stainless Steel
Specifications for A.luminum Structures
Standard Specific�tion for High Strength Low-Alloy
Columbium-Vanad`,um Structural Steel Grade 50
Standard Specification for Carbon Structural Steel
Standard Specific�tion for High-Strength Bolts for
Structural Steel Joints
Standard Specification for Eyebolts
Standard Specif:cation for Quenched and
Tempered Alloy Steel Bolts for Structural Steel
Joints
Standard Specific�tions for Carbon and Alloy Steel
Nuts
Standard Specifica.tion for Polyvinyl Chloride (PVC)
Plastic Pipe
Standard Specification for Hardened Steel Washers
Standard Specification for Nonferrous Nuts for
General Use
Standard Specification for Stainless Steel Bolts;
Hex Cap Screws, �nd Studs
Standard Specification for Stainless Steel Nuts
Standard Specification for Anchor Bolts, Steel, 36,
55, and 105-ksi Yield Strength
1.04 SUBMITTALS
A. Submit the following in accordance with Section 01 33 G0, Submittals.
1. Shop Drawings providing the fastener's manuf��cturer and type and certification
of the fastener's material and capacity.
2. Manufacturer's installation instructions.
3. Copy of valid certification for each person who is to perform field welding.
4. Certified weld inspection reports, when required.
METAL FASTENING 05 05 23 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
5. Welding procedures.
6. Installer qualifications.
7. Certification of Installer Training.
8. Inspection Reports.
1.05 QUALITY ASSURANCE
A. Fasteners not manufactured in the United States shall be tested and certification
provided with respect to specified quality and strength standards. Certifications of origin
shall be submitted for all U.S. fasteners supplied on the project.
B. installer Qualifications: Drilled-in anchors shall be installed by an Installer witfi at least
three years of experience performing similar installations. Installer shall be certified as
an Adhesive Anchor Instalier in accordance with ACI-CRSI Adhesive Anchor Instaliation
Certification Program.
C. Installer Training: Conduct a thorough training with the manufacturer or the
manufacturer's representative for the Installer on the project. Training shall consist of a
- review of the complete installation process for drilled-in anchors, to include but not be
limited to the following:
1. Hole drilling procedure.
2. Hole preparation and cleaning technique.
3. Adhesive injection technique and dispenser training/maintenance.
4. Rebar doweling preparation and installation.
5. Proof loading/torquing.
D. All steel welding shall be performed by welders certified in accordance with AWS D1.1.
All aluminum welding shall be performed by welders certified in accordance with
__ AWS D1.2. All stainless steel welding shall be performed by welders certified in
accordance with AWS D1.6. Certifications of field welders shaii be submitted prior to
performing any field welds.
E. Welds and high strength bolts used in connections of structural steel will be visually
inspected in accordance with Article 3.04.
F. The Owner may engage an independent testing agency to perform testing of welded
connections and to prepare test reports in accordance with AWS. Inadequate welds shall
be corrected or redone and retested to the satisfaction of the City's Project
Representative and/or an acceptable independent testing laboratory, at no additional
cost to the Owner.
METAL FASTENING 05 05 23 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
G. Provide a welding procedure for each type and thickne�s of weld. For welds that are not
prequalified, include a Performance Qualification Report. The welding procedure shall be
given to each welder performing the weld. The weiding �rocedure shall follow the format
in Annex E of AWS D1.1 with relevant information prese�ted.
PART 2 -- PRODUCTS
2.01 ANCHOR RODS (ANCHOR BOLTS)
A. Anchor rods shall conform to ASTM F1554 Grade 36 except where stainless steel or
other approved anchor rods are shown on the Dra��Nings. Anchor rods shall have
hexagonal heads and shall be supplied with hexagonal nuts meeting the requirements of
ASTM A563 Grade A.
B. Where anchor rods are used to anchor galvanized stee[ or are otherwise specified to be
galvanized, anchor rods and nuts shall be hot-dip galvanized in accordance with
ASTM F1554.
C. Where pipe sleeves around anchor rods are shown on �he Drawings, pipe sleeves shall
be cut from Schedule 40 PVC piastic piping meeting the requirements of ASTM D1785.
2.02 HIGH STRENGTH BOLTS
A. High strength bolts and associated nuts and washers shall be in accordance with ASTM
A325 or ASTM A490. Bolts, nuts and washers shall meet the requirements of AISC 348
"The 2009 RCSC Specification for Structural Joints".
B. Where high strength bolts are used to connect gal��anized steel or are otherwise
specified to be galvanized, bolts, nuts, and washers shall be hot-dip galvanized in
accordance with ASTM A325.
2.03 STAINLESS STEEL BOLTS
A. Stainless steel bolts shall conform to ASTM F-593. All underwater fasteners, fasteners in
confined areas containing fluid, and fasteners in corrosive environments shall be Type
316 stainless steel unless noted otherwise. Fasteners -:-or aluminum and stainless steel
members not subject to the above conditions shall be Type 316 stainless steel unless
otherwise noted.
B. Stainless steel bolts shall have hexagonal heads with a raised letter or symbol on the
bolts indicating the manufacturer, and shall be supplied with hexagonal nuts meeting the
requirements of ASTM F594. Nuts shall be of the same alloy as the bolts.
2.04 CONCRETE ANCHORS
A. General
Where concrete anchors are called for on the Drawings, one of the types listed
below shall be used; except, where one of the types listed below is specifically
called for on the Drawings, only that type shali be used. The determination of
METAL FASTENING 05 05 23 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
anchors equivalent to those listed below shail be on the basis of test data
performed by a commercial testing laboratory. There are two types used:
a. Expansion anchors shall be mechanical anchors of the wedge, sleeve,
drop-in or undercut type.
b. Adhesive anchors shall consist of threaded rods or boits anchored with an
adhesive system into hardened concrete. Adhesive anchors shall be two
part injection type using the manufacturer's static mixing nozzle and shall
- be supplied as an entire system.
2. Expansion anchors shail not be used to hang items from above or in any other
situations where direct tension forces are induced in anchor.
3. Unless otherwise noted, ali concrete anchors which are submerged or are used
in hanging items or have direct tension induced upon them, or which are subject
to vibration from equipment such as pumps and generators, shall be adhesive
anchors.
4. Adhesive anchors shall conform to the requirements of ACI 355.4 or alternately
to AC 308. Expansion or mechanical anchors shall conform to the requirements
- of ACI 355.2 or alternately to AC 193. Anchors in Seismic Design Categories C
through F shall conform to IBC 2006 1908.1.16 or IBC 2009 1908.1.9 as
applicable, including, seismic test requirements.
5. Fire Resistance: All anchors installed within fire resistant construction shall either
_ be enclosed in a fire resistant envelope, be protected by approved fire-resistive
materials, be used to resist wind and earthquake loads only, or anchor non-
structural elements.
B. Concrete Anchor Design:
- An anchor design consists of specifying anchor size, quantity, spacing, edge distance
and embedment to resist all applicable loads. Where an anchor design is indicated on
the Drawings, it shail be considered an engineered design and anchors shall be installed
to the prescribed size, spacing, embedment depth and edge distance. If all parts of an
anchor design are provided on the Drawings except embedment depth, the anchors will
be considered an engineered design and the Contractor shall provide the embedment
depth as indicated in Paragraph B.3 uniess otherwise directed by the City's Project
" Representative. Where an anchor design is not indicated by the Engineer on the
Drawings, the Contractor shall provide the anchor design per the requirements listed
below.
1. Structural Anchors: All concrete anchors shall be considered structurai anchors if
- they transmit load between structural elements; transmit load between non-
structural components that make up a portion of the structure and structural
elements; or transmit load between life-safety related attachments and structural
elements. Examples of structural concrete anchors include but are not limited to
column anchor bolts, anchors supporting non-structural walls, sprinkler piping
support anchors, anchors supporting heavy, suspended piping or equipment,
anchors supporting barrier rails, etc. For structural anchors, the Contractor shall
METAL FASTENING 05 05 23 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
submit an engineered design with signed and s�aled calculations performed by
an Engineer currently registered in the State of Texas. Structural anchors shall
be of a type recommended by the anchor manufacturer for use in cracked
concrete and shall be designed by the Contractor in accordance with ACI 318
Appendix D.
2. Non-Structural Anchors: All other concrete anchors may be considered non-
structural concrete anchors. The Contractor shall perform an engineered design
for non-structural anchors. The City's Project Representative may request the
Contractor provide anchor design details for rev'lew, but submission of a signed,
sealed design is not required. Non-structural anchors shall be designed by the
contractor for use in uncracked concrete.
3. Minimum anchor embedment shall be as indicated on the Drawings or
determined by the Contractor's engineered design. Concrete anchors shall be
embedded no less than the manufacturer's standard embedment (expansion or
mechanical anchors) or to provide a minimum �,Ilowable bond strength equal to
the allowable yield capacity of the rod/bolt (adhesive anchors).
C. Structural Anchors:
Mechanical Anchors:
a. Wedge Anchors: Wedge anchors shall �e "Kwik Bolt TZ" by Hilti, Inc.,
°TruBolt +" by ITW Redhead, "Strong-Bo:t" or "Strong-Bolt 2" by Simpson
Strong-Tie Co. or "Powerstud SD-1" o!� "Powerstud SD-2" by Powers
Fasteners.
Screw Anchors: Screw anchors shall be "Kwik HUS-EZ" by Hilti, Inc.,
"Titen HD" by Simpson Strong-Tie Co.. or "Wedge-Bolt +" by Powers
Fasteners.
c. Sleeve Anchors: Sleeve anchors shall be "HSL-3 Heavy Duty Sleeve
Anchor" by Hilti, Inc. or "Power-Bolt +" by Powers Fasteners.
d. Undercut Anchors: Undercut anchors shall be "HDA Undercut Anchor" by
Hilti, Inc., "Torq-Cut Undercut Anchor' by Simpson Strong-Tie Co.,
"Atomic + Undercut Anchor" by Powers Fasteners
2. Adhesive Anchors:
Adhesive anchors shall be "Epcon G5" by ITW Redhead, "HIT HY-150
Max SD" by Hilti, inc., "SET-XP" by Simpson Strong-Tie Co., or "Powers
1000+" by Powers Fasteners.
b. Structurai adhesive anchor systems shall be IBC compliant for use in both
cracked and uncracked concrete in all Seismic Design Categories, shall
comply with the latest revision of ICC-ES Acceptance Criteria AC308, and
shall have a valid ICC-ES report in accordance with the applicable
building code. Fast-set epoxy formulations shall not be acceptable. No
METAL FASTENING 05 05 23 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
or equal products will be considered unless prequalified and approved by
the City's Project Representative and Owner.
D. Non-Structural Anchors: In addition to the acceptable non-structurai anchors listed
below, all structurai anchors listed above may aiso be used as non-structural anchors.
1. Mechanical Anchors:
a. Wedge Anchors: Wedge anchors shall be "Kwik Bolt 3" by Hilti, Inc. or
-- "TruBolt" by ITW Redhead.
b. Screw Anchors: Screw anchors shall be "Wedge-Bolt" by Powers
Fasteners or "Large Diameter Tapcon (�DT) Anchor" by ITW Redhead.
c. Sleeve Anchors: Sleeve anchors shail be "HSL Heavy Duty Sleeve
Anchors" by Hilti, Inc. "Power-Bolt" by Powers Fasteners or "Dynaboit
Sleeve Anchor" by ITW Redhead.
d. Drop-In Anchors: Drop-in anchors shall be "Drop-In" by Simpson Strong-
Tie Co., "HDI Drop-In Anchor" by Hilti, Inc. or "Multi-Set II Drop-In Anchor"
by ITW Redhead.
e. Undercut Anchors: Undercut anchors shall be "HDA Undercut Anchor" by
Hilti, Inc.
2. Adhesive Anchors:
a. Adhesive anchors shall be "Epcon A7" or "Epcon C6" by ITW Redhead,
"HIT NY-150 Max" by Hilti, Inc., "SET Epoxy Tie" or "AT" by Simpson
Strong-Tie Co., or "Powers AC 100+ Gold" or "T308+ Epoxy" by Powers
Fasteners.
b. Non-structurai adhesive anchor embedment depth of the rod/bolt shall
provide a minimum allowable bond strength that is equal to the allowable
yield capacity of the rod/bolt unless noted otherwise on the Drawings.
_ c. Fast-set epoxy formulations shall not be acceptable. No or equal
products will be considered unless prequalified and approved by the
City's Project Representative and Owner.
E. Concrete Anchor Rod/Bolt Materials:
1. Concrete anchors used to anchor structural steel shall be a threaded steel rod
per manufacturer's recommendations for proposed adhesive system, but shali
not have a yield strength (fy) less than 58 ksi nor an ultimate strength (fu) less
than 72.5 ksi, unless noted otherwise. Where steel to be anchored is galvanized,
concrete anchors shall also be galvanized unless otherwise indicated on the
Drawings.
METAL FASTENING 05 05 23 - 7 VCWRF GBT Addition
City Project No. 01847
___ Hazen and Sawyer Project No. 60000-000
2. Concrete anchors used to anchor aluminum, FRP, or stainless steel shall be
Type 316 stainless steel unless noted other�r,iise. All underwater concrete
anchors shail be Type 316 stainless steel.
3. Nuts, washers, and other hardware shail be of a material to match the anchors.
2.05 MASONRY ANCHORS
A. Anchors for fastening to solid or grout-filled masonry shall be adhesive anchors as
specified above for concrete anchors.
B. Anchors for fastening to hollow masonry or brick shall be adhesive anchors consisting of
threaded rods or bolts anchored with an adhesive system dispensed into a screen tube
inserted into the masonry. The adhesive system shall use a two-component adhesive
mix and shall inject into the screen tube with a static mixing nozzle. Thoroughiy clean
drill holes of all debris and drill dust with nylon (not wire) brush prior to installation of
adhesive and anchor. Contractor shall follow manuf2:cturer's installation instructions.
The adhesive system shall be "Epcon System A7 or C6" as manufactured by ITW
Ramset/Redhead, "HIT HY-70 System" as manufactured by Hilti, Inc., "SET Epoxy-Tie"
or "AT Acrylic-Tie" as manufactured by Simpson Stror.g-Tie Co., or "AC100+ Gold by
Powers Fasteners.
C. Masonry anchors used to anchor steel shall be a threaded steel rod per manufacturer's
recommendations for proposed adhesive system, but shall not have a yield strength (fy}
less than 58 ksi nor an ultimate strength (fu) less than �2.5 ksi, unless noted otherwise.
Where steel to be anchored is galvanized, masonry anchors shail aiso be galvanized.
D. Masonry anchors used to anchor aluminum, FRP, or s:ainiess steel shall be Type 316
stainless steel unless noted otherwise. All underwa�er anchors shall be Type 316
stainless steel.
2.06 WELDS
A. Electrodes for welding structural steel and all ferrous steel shall comply with AWS Code,
using E70 series electrodes for shielded metal arc welding (SMAW), or F7 series
electrodes for submerged arc welding (SAW).
B. Electrodes for welding aluminum shail comply wPth the Aluminum Association
Specifications and AWS D1.2.
C. Electrodes for welding stainless steel and other metals �hall comply with AWS D1.6.
2.07 WELDED STUD CONNECTORS
A. Welded stud connectors shail conform to the requirements of AWS D1.1 Type C.
2.08 EYEBOLTS
A. Eyebolts shall conform to ASTM A489 unless noted otherwise.
METAL FASTENING 05 05 23 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2.09 HASTELLOY FASTENERS
A. Hastelloy fasteners and nuts shall be constructed of Hastelloy G276.
2.10 ANTISEIZE LUBRICANT
A. Antiseize lubricant shall be C5-A Anti-Seize by Loctite Corporation, Molykote P-37 Anti-
Seize Paste by Dow Corning, 3M Anti-Seize by 3M, or equal.
--- PART 3 -- EXECUTION
3.01 MEASUREMENTS
A. The Contractor shall verify all dimensions and review the Drawings and shall report any
- discrepancies to the City's Project Representative for clarification prior to starting
fabrication.
3.02 ANCHOR INSTALLATION
A. Anchor Rods, Concrete Anchors, and Masonry Anchors
1. Anchor rods shail be instailed in accordance with AISC "Code of Standard
Practice" by setting in concrete while it is being placed and positioned by means
of a rigidly held template. Overhead adhesive anchors, and base plates or
elements they are anchoring, shall be shored as required and securely held in
piace during anchor setting to prevent movement during anchor installation.
- Movement of anchors during curing is prohibited.
2. The Contractor shall verify that all concrete and masonry anchors have been
installed in accordance with the manufacturer's recommendations and that the
capacity of the instailed anchor meets or exceeds the specified safe holding
capacity.
- 3. Concrete anchors shall not be used in place of anchor rods without City's Project
Representative's approval.
4. All stainless steel threads shall be coated with antiseize lubricant.
- B. High Strength Bolts
1. All bolted connections for structural steel shall use high strength bolts. High
strength bolts shall be instailed in accordance with AISC 348 "The 2009 RCSC
Specification for Structural Joints". All bolted joints shall be Type N, snug-tight,
-- bearing connections in accordance with AISC Specifications unless noted
otherwise on the Drawings.
C. Concrete Anchors
1. Concrete at time of anchor installation shall be a minimum age of 21 days.
METAL FASTENING 05 05 23 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2. Concrete anchors designed by the Contractor shall be classified as structural or
non-structural based on the requirements indicatvd above.
Concrete Anchor Testing:
a. At all locations where concrete anchors meet the requirements for
structural anchors at least 25 percent of all concrete anchors
installed shall be tested to the value irdicated on the Drawings, with
a minimum of one tested anchor per anchor group. If no test value
is indicated on the Drawings but thY installed anchor meets the
requirements for structural anchors, fihe Contractor shall notify the
City's Project Representative to verif`o whether anchor load testing
is required.
b. Contractor shall submit a plan and s:;hedule indicating locations of
anchors to be tested, load test values and proposed anchor testing
procedure (including a diagram of the iesting equipment proposed for
use) to the City's Project Representative for review prior to conducting
any testing. The testing equipment shall have a minimum of three
support points and shall be of sufficient size to locate the edge of
supports no closer than two times the anchor embedment depth from the
center of the anchor.
c. Where Contract Documents indicate anchorage design to be the
Contractor's responsibility and the anchors are considered structural per
the above criteria, the Contractor sha:l submit a plan and schedule
indicating locations of anchors to be tes-:ed and load test values, sealed
by a Professional Engineer currently registered in the State of Texas.
The Contractor's Engineer shall also sub�nit documentation indicating that
the Contractor's testing procedures have been reviewed and the
proposed procedures are acceptable.
d. Concrete Anchors shall have no visiblE indications of displacement or
damage during or after the proof test. Concrete cracking in the vicinity of
the anchor after loading shall be consideYed a failure. Anchors exhibiting
damage shall be removed and replaced. If more than 5 percent of tested
anchors fail, then 100 percent of anchors shall be proof tested.
4. All concrete anchors shall be installed in strict conformance with the
manufacturer's printed installation instructio:�s. A representative of the
manufacturer shall be on site when required by tf�e City's Project Representative.
All holes shall be drilled with a carbide bit unless otherwise recommended by the
manufacturer. No cored holes shall be allowed unless specifically approved by
the City's Project Representative. If coring holes is allowed by the manufacturer
and approved by the City's Project Representative, cored holes shall be
roughened in accordance with manufacturer req�irements. Thoroughly clean drill
holes of all debris and drill dust with compres�ed air followed by a wire brush
prior to installation of adhesive and threaded rod/bolt unless otherwise
recommended by the manufacturer. Degree of hole dampness shall be in strict
METAL FASTENING 05 05 23 - 10 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
accordance with manufacturer recommendations. Where depth of hole exceeds
the length of the static mixing nozzle, a plastic extension hose shall be used to
ensure proper adhesive injection from the back of the hole. Injection of adhesive
into the hole shall utilize a piston plug to minimize the formation of air pockets.
Wipe rod free from oil that may be present from shipping or handling.
D. Other Bolts
1. All dissimilar metal shall be connected with appropriate fasteners and shall be
- insulated with a dielectric or approved equal.
2. All stainless steel bolts shali be coated with antiseize lubricant.
3.03 WELDING
A. Aii welding shall comply with AWS Code for procedures, appearance, quality of weids,
- qualifications of welders and methods used in correcting welded work.
B. Welded stud connectors shall be installed in accordance with AWS D1.1.
3.04 I NSPECTION
A. High strength bolting will be visually inspected in accordance with AISC 348 "The 2009
RCSC Specification for Structural Joints". Rejected bolts shall be either replaced or
retightened as required.
B. Fieid welds will be visually inspected in accordance with AWS Codes. Inadequate weids
shall be corrected or redone as required in accordance with AWS Codes.
C. Post-installed concrete anchors shail be inspected as required by ACI 318.
3.05 CUTTING OF EMBEDDED REBAR
A. The Contractor shall not cut embedded rebar cast into structural concrete during
installation of post-installed fasteners without prior approvai of the City's Project
Representative.
- END OF SECTION -
METAL FASTENING 05 05 23 - 11 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 05 05 35
GALVANIZING
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Where galvanizing is called for in the Contract Documents, the galvanizing shall be
performed in accordance with the provisions of this Section unless otherwise noted.
1.02 RELATED WORK SPECIFIED E�SEWHERE
A. Further requirements forgalvanizing specific items may be included in otherSections ofthe
Specifications. See section for the specific item in question.
1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. Without limiting the generality of the other requirements of the specifications, all work herein
shall conform to the applicabie requirements of the following documents. All referenced
specifications, codes, and standards refer to the most current issue available at the time of
Bid.
1. International Building Code (2009 Edition) with Amendments as Adopted bythe City
of Fort Worth
2. ASTM A123 - Standard Specification forZinc (Hot-Galvanized) Coatings on
3. ASTM A153 -
� � `j G •�►L!
5. ASTM A780 -
Products Fabricated from Rolled, Pressed, and Forged Steel
Shapes, Plates, Bars, and Strip
Standard Specification for Zinc Coating (Hot-Dip) on Iron and
Steel Hardware
Standard Specification for General Requirements for Steel
Sheet, Metaliic-Coated by the Hot-Dip Process
Standard Practice of Repair of Damaged Not-Dip Galvanized
Coatings
1.04 SUBMITTALS
A. Submit the following in accordance with Section 01 33 00, Submittals.
1. Certification that the item(s) are galvanized in accordance with the applicable ASTM
standards specified herein. This certification may be included as part of any material
certification that may be required by other Sections of the Specifications.
0
�
0
0
A
GALVANIZING 05 05 35 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
PART 2 -- PRODUCTS
2.01 GALVANIC COATING
A. Material composition of the galvanic coating shall be ir: accordance with the applicable
ASTM standards specified herein.
PART 3 -- EXECUTION
3.01 FABRICATED PRODUCTS
A. Products fabricated from rolled, pressed, and forged steel shapes, plates, bars, and strips,
1/8 inch thick and heavierwhich are to be galvanized shal; be galvanized in accordance with
ASTM A123. Products shail be fabricated into the largest unit which is practicable to
galvanize before the galvanizing is done. Fabrication sha�l include all operations necessary
to compiete the unit such as shearing, cutting, punching, forming, drilling, milling, bending,
and welding. Components of bolted or riveted assemblies shall be galvanized separately
before assembly. When it is necessary to straighten any sections after galvanizing, such
work shall be performed without damage to the zinc coating. The galvanizer shall be a
member of American Galvanizers Association.
B. Components with partial surface finishes shall be comme.�cial blast cleaned priorto pickling.
C. Sampling and testing of each lot shall be performed prior to shipment from the galvanizer's
facility per ASTM A123.
3.02 HARDWARE
A. iron and steel hardware which is to be galvanized shall be galvanized in accordance with
ASTM A153.
3.03 ASSEMBLED PRODUCTS
A. Assembled steel products which are to be galvanized shall be galvanized in accordance with
ASTM A123 or ASTM A386. All edges of tightly contac;ing surfaces shall be completely
sealed by welding before galvanizing.
3.04 SHEETS
A. Iron or steel sheets which are to be galvanized shall b� galvanized in accordance with
ASTM A924.
3.05 REPAIR OF GALVANIZING
A. Galvanized surfaces that are abraded or damaged at any time after the application of zinc
coating shall be repaired by thoroughly wire brushing the damaged areas and removing all
loose and cracked coating, after which the cleaned are�s shall be painted with 2 coats of
zinc rich paint meeting the requirements of Federal Speci�ication DOD-P-21035A and shall
be thoroughly mixed prior to application. Zinc rich paint shall not be tinted. The total
GALVANIZING 05 05 35 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
thickness of the 2 coats shall not be less than 6 mils. In lieu of repairing by painting with zinc
rich paint, other methods of repairing galvanized surFaces in accordance with ASTM A780
may be used provided the proposed method is acceptable to the City's Project
Representative.
- END OF SECTION -
GALVANIZING 05 05 35 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 06 74 13
G�ASS FIBER AND RESIN FABRICATIONS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish and install all fiberglass items as specified herein and as shown
on the Drawings. The Contractor shall be responsible forthe coordination with related work
" specified elsewhere and to provide all hardware, accessories and appurtenances required
for a complete installation, including all fabrication and mounting hardware.
1 A2 RE�ATED WORK SPECIFIED ELSEWHERE
A. Section 05 05 23, Metal Fastening
B. Section 07 92 00, Joint Fillers, Sealants, and Caulking
C. Section 09 91 00, Painting
1.03 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. W ithout limiting the generality of the 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.
1. ASTM D2996 — Specification for Filament Sound Reinforced Thermosetting Resin
Pipe
2. ASTM D3647 - Standard Practice for Classifying Reinforced Plastic Pultruded
Shapes According to Composition
3. ASTM D3917 - Standard Specification for Dimensional Tolerances of Thermosetting
Glass - Reinforced Plastic Pultruded Shapes
4. ASTM D4385 - Standard Practice for Classifying Visual Defects in Thermosetting
Reinforced Plastic Pultruded Products
0
�
1.04 SUBMITTALS o
q
�
A
A. The Contractor shall submit shop drawings showing fabrication details and a Performance
Affidavit for all items specified herein in accordance with Section 01 33 00, Submittals and
Section 11 00 00, Equipment General Provisions.
- B. Certification of compliance with ASTM Standards.
GLASS FIBER AND RESIN 06 74 13 - 1 VCWRF GBT Addition
FABRICATIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. Where specifically requested, design calculations sealed by a currently Registered
Professional Engineer in the State of Texas.
1.05 QUALITY ASSURANCE
A. All fiberglass items of the same type provided shall be the products of a single manufacturer
for compatibility.
B. It shall be the Contractor's responsibility to ensure that the fiberglass items and
appurtenances furnished shall be compatible and have the necessary operating clearances
with the structural elements and equipment shown on the Drawings.
C. Manufacturer shall provide a 3 yearwarranty on all FRP products against defect in material
and workmanship.
PART 2 -- MATERIALS
2.01 GENERAL
A. The manufacturer shall maintain a continuous quality eontrol program and shall, upon
request, furnish the City's Project Representative with certified test reports consisting of
physical tests of samples.
-
�
Ultraviolet light resistive resins shall be used for all exterior locations and where specified.
All FRP resins shali be flame resistant and shall meet the requirements of ASTM D 635 and
ASTM E 84, Class 1 with a maximum flame spread rating of 25.
All edges shall be sealed in the mold where possible. Machined or cut edges shall be
sealed with a compatible resin system.
2.02 GRATING AND TREADS
A. Fiberglass grating and treads shall be furnished and ::nstalled in areas shown on the
Drawings including all FRP angle supports, fasteners and accessories. Gratings and treads
shall consist of extruded bearing bars positioned and Iccked by crossbars. Grating and
treads shall be installed in accordance with the manufac`iurer's recommendations.
0
C�
Grating shall be fabricated into easily removable sections as large as possible up to 150 Ibs.
per section.
Fasteners shall not project above the walking surface.
D. Fiberglass grating and treads shall be manufactured of �olyester resin except for sodium
hypochlorite applications where vinyl ester resin shall be �sed. Grating and treads shall be
produced by IKG Industries, Fibergrate, Inc., IMCO Reiniorced Plastics, Inc., or equal.
GLASS FIBER AND RESIN 06 74 13 - 2 VCWRF GBT Addition
FABRICATIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
E. Grating shall be designed for a uniform loading of 100 PSF over the gross projected area
with deflection limited to 0.375" or grating span/240 whichever is less. Fiberglass or PVC
support beams shall be provided as required to meet deflection criteria.
F. The grating and tread supplier shall supply all shelf support angles, embedded angles with
anchors, concrete anchors and necessary 316 stainless steel grating clips coated with epoxy
paint per Section 09 91 00, Painting, for a complete system.
G. Treads shall be designed for a 300 Ib. concentrated load at midspan. Treads shall be
furnished with integral nosing.
2.03 GRATING FLOOR SYSTEM
A. Fiberglass grating floor system shall be furnished and installed in areas shown on the
Drawings and shall include all FRP angle supports, FRP adjustable pedestal supports, FRP
cross bracing, fasteners, and accessories as required for a complete system. Grating shall
- consist of bidirectional molded FRP gratings. Grating and supports shall be provided by a
single manufacturer and installed in accordance with the manufacturer's recommendations
to provide a level walking surface.
L:?
�
Grating shall be fabricated into easily removable sections as large as possible up to 150 Ibs.
per section.
Fasteners shall not project above the walking surface.
D. Fiberglass grating and supports shall be manufactured of polyester resin exceptfor sodium
hypochlorite applications where vinyl ester resin shail be used. Grating and supports shali
be produced by Fibergrate, inc., IMCO Reinforced Piastics, inc., American Grating, LLC, or
- equal.
E
�
Grating and supports shall be designed for a uniform loading of 100 psf. Grating deflection
shall be limited to 0.25".
Grating clips and metal fasteners shall be Type 316 stainless steel coated with epoxy
polyamide primer and aliphatic polyurethane finish coat per Section 09 91 00, Painting.
2.04 MANHOLE LADDERS
A. The ladders shail be of fiberglass construction with pultruded structural channel shapes, non
skid grit surfaces used on top surface of each rung and a synthetic surfacing veil for
chemical and ultraviolet resistance and high strength. Ladders shall possess Class one fire
retardant, with an ASTM E-84 flame-spread rating of 25 maximum and shall conform to
OSHA 1910.27. Color shall be safety yellow (beige for immersed ladders).
B. Ladders shall utilize channel side rails and 1-3/8 inch minimum diameter round rungs. Rung
to side connections shall utilize a keyed, pinned and bonded joint for prevention of rung
rotation and pullout. The ladders shall be attached to the bracket angles with two stainless
steel bolts, washers and nuts per angle bracket.
GLASS FIBER AND RESIN 06 74 13 - 3 VCWRF GBT Addition
FABRICATIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. Concrete anchors shali be minimum 5/8 inch diameter vvith 3 inch embedment and shall
comply with Section 05 05 23, Metal Fastening. Fiberglass pultruded parts shall be Extren,
Series 525 except for sodium hypochlorite appiications where vinyl ester resin shall be used.
Shades shall be manufactured by Strongwell, Inc., or equal. �adders shall conform to
OSHA requirements and to the details shown on the Drawings.
2.05 CONNECTIONS
A. All connections shall be non-corrosive, non-staining, and concealed where practicable, as
detailed on the Drawings or specified herein.
B. Fiberglass fasteners shali be "Fibrebolt", as manufactured by Strongwell, Inc., or equal.
C. All metal fasteners shall be Type 316 stainless steel, except for sodium hypochlorite
applications, Hastelloy G276 shall be used unless notec otherwise.
D. Holes for bolts and screws shall be drilled.
E. Joints exposed to weather shall be formed to exclude w�ter.
F. Design and installation of fiberglass items shall provide for expansion and contraction,
prevent shearing of bolts, screws and other fastenings, and provide close fitting of sections.
2.16 STRUCTURAL SHAPES AND FLAT SHEETS
A. Shapes shall conform to sizes indicated on Drawings ard shall be Extren 525 except for
sodium hypochlorite applications where Extren 625 shall be used. Shapes shall be
manufactured by Strongwell, Inc., or equal.
B. Metal bolted connections shall be made with stainless steel bolts except for sodium
hypochlorite applications where Hastelloy C bolts shall be used. Bolts shall conform to
Section 05 05 23, Metal Fastening.
C. Adhesive bonded connections shall be made with a compatible epoxy adhesive following
manufacturer's instructions.
PART 3 -- EXECUTION
3.01 FABRICATION
A. All cut edges and holes shall be sealed with a compatible resin.
B. All FRP items shall conform to the dimensions indicated on the Drawings.
C. All fiberglass items described in this Section shall be supplied by a manufacturer that
normally fabricates such items so that appearance and c�uality control are first class.
GLASS FIBER AND RESIN 06 74 13 - 4 VCWRF GBT Addition
FABRICATIONS City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
3.02 HANDLING, TRANSPORTING, AND STORING
A. All FRP items shall be properly packed, labeled and stored in accordance with Divisions 01
and 11, and where directed by the City's Project Representative.
3.03 INSTALLATION
A. installation of all items shall be according to manufacturer's instructions, unless otherwise
noted.
B. Exposed threads of FRP boits shall be sealed with a compatible resin afterinstallation ofthe
bolts. Where bolts are attaching removable items, the exposed threads shall be sealed with
a light coat of polyurethane sprayed onto the threads.
C. Weirs and baffles shall be installed in full accordance with the manufacturer's
recommendations. Joints between weir plates and concrete and butting weir plates shall be
watertight. The Contractor shall seal all weirs with caulk approved by the City's Project
Representative after weirs are set, checked for level, and are within specified tolerances.
- END OF SECTION -
GLASS FIBER AND RESIN 06 74 13 - 5 VCWRF GBT Addition
FABRICATIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 07 92 00
JOINT FILLERS SEALANTS AND CAULKING
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Furnish labor, materials, equipment and appliances required for the complete execution of
Work shown on the Drawings and specified herein.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Division 03 - Concrete
1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. Without limiting the generality of the other requirements of the specifications, all work herein
shali 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.
1. ASTM C-920 Elastomeric Joint Sealants
2. ASTM D-1056 Flexible Cellular Materials - Sponge or Expanded Rubber
3. SWRI Sealant and Caulking Guide Specification
4. Federai Specification TT-S-00227 E
1.04 SUBMITTALS
A. In accordance with the procedures and requirements set forth in Section 01 33 00 -
Submittals, submit the following:
1. Manufacturers literature and installation instructions.
2. Color samples of each type of sealant.
1.05 QUA�ITY ASSURANCE
A. Applicator shail be a company specializing in the installation of sealants with a minimum of
five years experience.
�
N
W
.'�
JOINT FILLERS, SEALANTS 07 92 00 - 1 VCWRF GBT Addition
AND CAULKING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1.06 DELIVERY, STORAGE AND HANDLING
A. Deliver materials in unopened labeled packages.
B. Store materials in location protected from freezing or dar�ages.
C. Reject and remove from the site materials within broken or damaged packaging.
PART 2 -- PRODUCTS
2.01 MATERIA�S
A. Sealants
Type 1: Multi-component, non-sag, low-modulus polyurethane rubber sealant
meeting ASTM C-920, Type M, Grade NS, Class 25, use NT, M, A, and O. Capable
of withstanding 50% in extension or compression such as Sikaflex-2C NS/SL, Sika
Corporation, or Sonolastic NP-2, Sonneborn, or DynaTrol II by Pecora Corporation.
2. Type 2: Single component polyurethane sealanE meeting ASTM C-920, Type S,
Grade NS, Class 25, Use NT, M, A, and O. Capable of withstanding 25% in
extension or compression such as Sikaflex 1A by Sika Corporation, DynaTrol 1-XL
by Pecora Corporation, or Sonolastic NP-1 by BASF Construction Chemicals.
Type 3: Single component, low-modulus moistu:-e curing silicone meeting ASTM
C-920, Type S, Grade NS, Class 25, Use NT, M, G, and A. Capable of withstanding
50% extension and compression. Pecora 890 b�,r Pecora Corporation, Sonolastic
Omni Seal by BASF Construction Chemicals.
4. Type 4: Single component, mildew resistant, moisiure-curing silicone meeting ASTM
C-920, Type S, Grade NS, Class 25, Use NT, M, G, and A. Pecora 898 by Pecora
Corporation, Sonolastic Omni Plus by BASF Construction Chemicals.
Type 5: Single component, acrylic latex meeting ASTM C-834. AC-20+ Silicone by
Pecora Corporation, Sonneborn Sonolac by BAS� Construction Chemicals.
6. Type 6: High grade butyl sealant meeting Federal Specification TT-S-00-1657. BC-
158 by Pecora Corporation or equal.
7. Type 7: Multi-component chemical resistant polysulfide sealant conforming to ASTM
C-920, Type M, Grade NS, Class 25 such as Deck-O-Seal by W.R. Meadows,
Tammsflex by DuraJoint Concrete Accessories, or Synthacalk GC2+ by Pecora
Corporation.
8. Type 8: Nonsag, Muiti Component, traffic grace polyurethane sealant meeting
ASTM C920, Type 19, Grade NS, Class 25, use T, M, A, and O. DynaTread by
Pecora Corporation, Sonolastic Ultra by BASF Construction Chemicals.
JOINT FILLERS, SEALANTS 07 92 00 - 2 VCWRF GBT Addition
AND CAULKING City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
B. Primer: Non-staining primer recommended by sealant manufacturer for the substrates on
this project.
C. Backer Rod: Closed cell foam, nonreactive with caulking materials, non-oily, and approved
by the sealant manufacturer. Minimum density shall be 3.24 pounds per cubic foot. Use no
asphalt or bitumen-impregnated fiber with sealants.
D. Joint Cleaner: Recommended by sealant or caulking compound manufacturer.
E. Bond breaker: Either polyethylene film or plastic tape as recommended by the sealant
manufacturer.
F. Color: Where manufacturer's standard colors do not closely match materials being sealed,
provide a custom color.
PART 3 -- EXECUTION
3.01 QUALITY CONTRO�
__ A. Coordinate work with details shown on approved shop drawings prepared by other trades.
B. Verify conditions in the field.
C. Schedule work to follow closely the installation of other trades.
D. Apply sealants and related items in temperatures and dry conditions recommended by the
manufacturers.
E. Do not paint sealant, unless recommended by sealant and paint manufacturer.
3.02 PREPARATION
A. Protect finished surfaces adjoining by using masking tape or other suitable materials.
B. Clean and prime joints before starting any caulking or sealing work.
C. Thoroughly ciean joints and spaces of mortar and other foreign materials. Cleaning agent
shall be Xylol or similar non-contaminating solvent to remove any film from metal surfaces.
Masonry or concrete surfaces shall be brushed or air jet cleaned.
D. Joint Requirements
1. All joints and spaces to be sealed in exterior work shall be less than 1/2 inch deep
and not less than 1/4 inch wide. If joints in masonry are less than that specified
herein, the mortar shall be cut out to the required width and depth. All joints and
spaces to receive sealant shali be completely prepared and thoroughly dry before
installation of sealant.
2. Unless otherwise specified, joints and spaces which are open to a depth of 1/2 inch
or greater shall be solidly filled with back-up material to within 1/4 inch of the surface.
Back-up material shall be packed tightly and made continuous throughoutthe length
JOINT FILLERS, SEALANTS 07 92 00 - 3 VCWRF GBT Addition
AND CAULKING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
of the joints. Bond breaker shall be applied as required. If joints are less than
1/4 inch deep, the back-up material may be omitted, a bond breaker substituted and
thejoint completelyfilled with sealant. The back-u� material shall not project beyond
the 1/4 inch depth of the open space in anyjoint. The following width-to-depth ratio
table shall be adhered to, unless otherwise recommended by manufacturer.
Joint Width
'/ inch
Over 1/4 inch to 1/2 inch
Over 1/2 inch to 1 inch
Over 1 inch to 2 inch
Sealant Depth
Minimum Maximum
1/4 inch 1/4 inch
1/4 inch Equal to width
1/2 inch Equal to width
1/2 inch 1/2 of width
3.03 APPLICATION
A. Exercise care before, during, and after instaliation so as not to damage any material by
tearing or puncturing. All finished work shall be approved before covering with any other
material or construction.
B. Apply sealant by an approved type of gun except where the use of a gun is not practicable,
suitable hand tools shall be used. Avoid applying the cornpound to any surface outside of
the joints or spaces to be sealed. Mask areas where required to prevent overlapping of
sealant.
C. Ail joints shall be waterproof and weathertight.
D. Point sealed joints to make a slightly concave joint, the edges of which are flush with the
surrounding surfaces. Exposed joints in the interior side of the door and otherframes shall
be neatly pointed flush or to match adjacent jointing work.
E. Adjacent materials which have been soiled shail be cleaned immediately and the work left in
neat and clean condition.
F. Comply with sealant manufacturer's written instructior.s except where more stringent
requirements are shown or specified and except �_Nhere manufacturer's technical
representative directs otherwise.
3.04 ADJUSTMENT AND CLEANING
A. Remove misplaced sealant compounds promptly using methods and materials
recommended by the manufacturer, as the work progres�es.
B. Allow sealants to cure and remove protective edging, of doors, louvers, saddles windows
etc. as directed by the City's Project Representative.
JOINT FILLERS, SEALANTS 07 92 00 - 4 VCWRF GBT Addition
AND CAULKING City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
3.05 SCHEDULE
Schedule of Sealants
Application Sealant
Vertical and horizontal joints bordered on both Type 2
sides by concrete, masonry, precast concrete,
natural stone or other porous building material.
Vertical and horizontal joints bordered on both Type 3
sides by painted metals, anodized aluminum,
mill finished aluminum, PVC, glass or other
non-porous building material.
Color
To closely match adjacent
surfaces or mortar and as
selected by the Owner.
To closely match adjacent
surfaces and as selected
by the Owner.
Masonry expansion and control joints less than Type 2 To closely match adjacent
1'/" wide. surfaces and as selected
by the Owner.
Masonry expansion and control joints equal or Type 1 To closely match adjacent
greaterthan 1'/ inches wide and notto exceed surfaces and as selected
2", by the Owner.
Interior — wood trim and finish joints. Type 5 Color to be selected by
Owner
Perimeter sealing of doors, windows, louvers, Type 2 OR Type To closely match adjacent
piping, ducts, and electrical conduit. See 3 surfaces and as selected
Note 1. by the Owner.
Submerged in liquids. See Notes 2 and 3. Type 1 Manufacturer's standard
Horizontal Joints exposed to vehicular or Type 8 To closely match adjacent
pedestrian traffic. surfaces.
Other joints indicated on the drawings or Type To closely match adjacent
customarily sealed but not listed. recommended by surfaces and as selected
. manufacturer by the Owner.
Note 1. Provide UL approved sealants for penetrations thru fire-rated walls and as specified in
Section 07270.
Note 2. Sealants which will come in contact with potable water shall meet the requirements of
NSF 61.
- Note 3. Where sealant will be immersed in liquid chemicals verify compatibility priorto instaliation
of sealant.
- END OF SECTION -
JOINT FILLERS, SEALANTS 07 92 00 - 5 VCWRF GBT Addition
AND CAULKING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 09 91 00
PAINTING
PART 1 -- GENERA�
1.01 THE REQUIREMENT
A. Furnish labor, materials, equipment and appliances required forcomplete 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 33 05 26 - Piping and Equipment Identification Systems
1.03 REFERENCE SPECIFICATIONS, CODES AND STANDARDS
A. Without limiting the generality of these specifications the Work shall conform to the
appiicable requirements of the following documents:
1. SSPC — The Society for Protective Coatings Standards
a. SSPC-Vis 1 Pictorial Sur�ace Preparation Standards for Painting
Steel Structures
b. SSPC-SP2 Hand Tool Cleaning
c. SSPC-SP3 Power Tool Cleaning
d. SSPC-SP5 White Metal Blast Cleaning
0
N
N
O
W
A
PAINTING 09 91 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
e. SSPC-SP6
f. SSPC-SP10
Commercial Blast Cleaning
Near-White Metal Blast
g. SSPGSP13/NACE6 Surface Preparation of Concrete
2. NACE - National Association of Co;�rosion Engineers
3. ASTM D1737 - Test Method for Elongatio� of Attached Organic Coatings
with Cylindrical Mandrel Apparatus
4. ASTM 6117
5. ASTM D4060
6. ASTM D3359
1.04 SUBMITTALS
- Method of Salt Spray (Fog', Testing
- Test Method for Abrasion Resistance of Organic Coating by
the Taber Abraser
- Method for Measuring Adh�sion by Tape Test
A. In accordance with the procedures and requirements set forth in Section 01 33 00 -
Submittals, 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 �chedule for approval as soon as
possible following the Award of Contract, so approved schedule may 6e used to
identify colors and specify shop paint systems for fabricated items.
1.05 SYSTEM DESCRIPTION
A. Work shall include surFace preparation, paint application, ;nspection 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 include new and existing piping,
miscellaneous metals, equipment, buildings, exteriorfibe glass, exposed electrical conduit
and appurtenance.
B. Perform Work in strict accordance with manufacturer's �ublished recommendations and
instructions, unless the City's Project Representative stipulates that deviations will be forthe
benefit of the project.
C. Paint surfaces which are customarily painted, whether ir�dicated to be painted or not, with
painting system applied to similar surfaces, areas and environments, and as approved by
City's Project Representative.
PAINTING 09 91 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar:d Sawyer Project No. 60000-000
D. Piping and equipment shall receive color coding and identification. Equipment shall be the
same color as the piping system.
1.06 QUA�ITY ASSURANCE
A. Painting operations shall be accomplished by skiiled craftsman and licensed by the state to
perForm painting work.
B. Provide a letter indicating that the painting applicator has five years of experience, and 5
references which show previously successfui 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 DE�IVERY
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
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 City's Project Representative 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 bysame manufacturerasfinish coat. Use
onlythinners approved by paint manufacturer, and onlywithin 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.
PAINTING 09 91 00 - 3 VCWRF GBT Addition
City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
E. Use painting materials suitable for the intended us� and recommended by paint
manufacturer for the intended use.
F. Require that personnel perform work in strict accordance with the latest requirements of
OSHA Safety and Health Standards for construction. 'Vleet or exceed requirements of
regulatory agencies having jurisdiction and the manufac:urer's published instructions and
recommendations. Maintain a copy of all Material Safety Data Sheets at the job site of each
product being used priorto commencement of work. Prov�de and require that personnel use
protective and safety equipment in or about the project site. Provide 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, provide p.-oducts from one of the following
manufacturers:
Tnemec Company Inc.
Ameron
3. CARBOLINE
4. Sherwin-Williams
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 City's Project Representative. Package, store and
protect shop painted items until they are incorporated into Work. Repair painted surfaces
damaged during handling, transporting, storage, or installation to provide a painting system
equal to the originai 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
Surfaces to be painted shall be clean and dry, and free of dust, rust, scale, and
foreign matter. No solvent cleaning, power or har,d tool cleaning shall be permitted
unless approved by the City's Project Represent�tive.
PAINTING 09 91 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
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 determine that surfaces are suitable for specified
surFace preparation and painting. Report to City's Project Representative 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
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 City's Project Representative.
B. Metal Surface Preparation
1. 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 cieaned steel.
2. 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.
PAINTING 09 91 00 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Proper ventilation, illumination, and other safety procedures and equipment
are being provided and followed.
3. Sandblast ferrous metals to be shop primed, or component mechanical equipment in
accordance with SSPC-SP5, White Metal Blast.
4. Sandblast field prepared ferrous metals in accordance with SSPGSP10, Near
White Metal Blast, where metal is to be submerged, in a corrosive environment, or in
severe service.
5. Sandblastfield 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.
6. Clean nonferrous metals, copper, or galvanized metal surfaces in accordance to
SSPC-SP1, Solvent Cleaning, or give one coat of inetal passivator or metal
conditioner compatible with the complete paint system.
7. Prime cleaned metals immediately after cleaning to prevent rusting.
8. Clean rusted metals down to bright metal by sandblasting and immediately field
primed.
C. Concrete Surface Preparation
Cure concrete a minimum of 30 days before s�rface preparation, and painting
begins.
2. Test concrete for moisture content using test method recommended by the paint
manufacturer. Do not begin surface preparation, or painting until moisture content is
acceptable to manufacturer.
Prepare concrete surfaces to receive coatings in accordance with SSPC-13 —
Concrete SurFace Preparation. Remove contarninants, open bugholes, surface
voids, air pockets, and other subsurface irregularities. Do not expose underlying
aggregate. Use dry, oil-free airfor blasting operations. Sur�ace texture after blasting
shall be similar to that of inedium grit sandpaper. �emove residual abrasives, dust,
and loose particles by vacuuming or blowing with high pressure air.
4. Acid etch (Reference ASTM D 260) concrete floors to receive paint. Following
method is a minimum requirement. Remove residual dust and dirt. Wet surface of
concrete until surface is damp. Etch surface with � 5% to 20% muriatic acid solution
to produce a"medium sandpaper" texture. Do �ot allow acid solution to dry on
concrete. Rinse concrete when bubbiing action of the acid begins to subside.
Continue rinsing process until pH is 7 or higher. Remove excess water and allow
concrete to thoroughly dry before coating. Other methods may be used> if approved
by City's Project Representative.
PAINTING 09 91 00 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ar:d Sawyer Project No. 60000-000
5. SurFace defects, such as hollow areas, bugholes, 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 City's
Project Representative. Fins, form marks, and all protrusions or rough edges shali 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 City's Project Representative.
7. Clean concrete of all dust, form oils, curing compounds, oil, tar, laitance,
efflorescence, loose mortar, and other foreign materials before paints are applied.
� ...
1. Clean wood surfaces free of all foreign matter, with cracks and naii 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 backprime wood trim before setting in place.
4. After prime coat has dried, fill naiiholes, cracks, open joints, and other smail 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. Fiilers are
not to be used to conceal cracks, gasholes, 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
PAINTING 09 91 00 - 7 VCWRF GBT Addition
City Project No. 01847
. Hazen and Sawyer Project No. 60000-000
Sand joint compound with sandpaper to provid� a smooth flat surface. Avoid
sanding of adjacent drywall paper.
2. Remove dust, dirt, and other contaminants.
H. Previously-Painted Surfaces
Totally remove existing paint when: surface is to be submerged in a severe
environment, paint is less than 75% intact, brittle, eroded or has underFilm rusting.
2. Surfaces which are greaterthan 75% intact require removal offailed 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.
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. Ailow test patch to dry thoroughly
and test for adhesion. If proper adhesion is not achieved remove existing paint and
repaint.
3.03 APP�ICATION OF PAINT
A. Apply paint by experienced painters with brushes or other applicators approved by the City's
Project Representative, 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 priorto applying pE-ime coat. Stripe painting shall be
in addition to coats specified.
E. Perform thinning in strict accordance with the manufactu-er's instructions, and with the full
knowledge and approval of the City's Project Representative and paint manufacturer.
F: Allow paint to dry a minimum of twenty-four hours between application of any two coats of
paint on a particular surFace, unless shorter time pe:yiods are a requirement by the
manufacturer. �onger drying times may be required for abnormal conditions as defined by
the City's Project Representative and paint manufacturer. Do not exceed manufacturer's
recommended drying time between coats.
G. Suspend painting when any of the following conditions exist:
PAINTING 09 91 00 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
1. Rainy or excessively damp weather.
2. Relative humidity exceeds 85%.
3. General air temperature cannot be maintained at 50°F or above through the drying
period, except on approval by the City's Project Representative and paint
manufacturer.
4. Relative humidity will exceed 85% or air temperature will drop below 40°F 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.
[c�iLll��x�LiLl
A. Each field coat of paint will be inspected and approved by the City's Project Representative
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 City's Project Representative.
C. Coatings shail 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 randomiy 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 shail 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 film thickness exceeds
twice that specified shall be completely redone unless otherwise approved by the City's
Project Representative. When measured dry fiim thickness is less than that specified
additionai coats shail 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 dryfiim 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
PAINTING 09 91 00 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
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-�estructive type holiday detector,
K-D Bird Dog, shall be used. The unit shall op�rate at less than 75-volts. For
thicknesses between 10 and 20 mils, a non-sud5ing 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 City's
Project Representative. 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 �ob 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 City's Project Representative. Remove unwanted paint carefully without damage
to finished paint or surface. If damage does occur, repair �he entire surface adjacent to and
including the damaged area without visible lapmarks a�d without additional cost to the
Owner.
B. Take ail necessary precautions to contain dispersion of s�ndblasting debris and paintto 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 �aused by the surface preparation
and painting operations.
3.06 PIPING AND EQUIPMENT IDENTIFICATION
A. Piping and equipment identification shall be in accordance with Section 33 05 26, Piping and
Equipment Identification Systems.
3.07 SCHEDULE OF COLORS
A. Match colors indicated. Piping and equipment colors a4�e indicated in Section 33 05 26.
Colors which are not indicated shall be selected from the manufacturer's full range of colors
by the City's Project Representative. No variation shall be made in colors without the Citys
Project Representative'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 ali employees. Supply fresh air
continuously to confined spaces through the combined us� of existing openings, forced-draft
fans and temporary ducts to the outside, or direct air supply to individual workers. Exhaust
paint fumes to the outside from the lowest levei in the contained space. Provide
explosion-proof electrical fans, if in contact with fumes. No smoking or open fires will be
PAINTING 09 91 00 - 10 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
permitted in, or near, confined spaces where painting is being done. Follow OSHA, state
and local regulations at ali times.
3.09 OSHA SAFETY COLORS
A. Paint wall around wall-mounted breathing or fire apparatus with the appropriate safety red
color; area not exceed 2-feet wide by 3-feet high, unless apparatus covers the area. Fire
apparatus include fire hoses, extinguisher, and hydrants.
B. Paint hazardous areas and objects in accordance with OSHA regulations.
PAINTING 09 91 00 - 11 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
TABLE 9-1
PAINTING SCHEDULE
TOTAL MIN.
PRODUCT DRY FILM
PAINTING SYSTEM & REFERENCE THICKNESS
SURFACE APPLICATION NO. OF COATS (TABLE 9.2) (MILS)
Concrete and Masonry
Interior masonry and All new structures 1 coat sealer 101 75-85 sq.ft./gal.
concrete walls and ceilings 2 coats acrylic epoxy 116 4-6/coat
Interior masonry and 1 coat sealer 117 60-80 sq.ft./gal.
concrete walls in chemical 2 coats epoxy polyamide 102 4-6/coat
rooms
Submerged water Water retaining side of 2 coats NSF approved 105 4-6/coat
new wall surFaces epoxy polyamide
where opposite side of
wall is interior and dry Provide filler as required
and where indicated and recommended by
"epoxy waterproofing" manufacturer
Submerged wastewater on drawing 2 coats high solids epoxy 119 6-10/coat
Provide filler as required
and recommended by
manufacturer
Containment �iner Secondary containment 2 coats high solids epox;� 119 6-10/coat
floors and walls coating
Metals AII new blowers, pumps, 1 coat epoxy polyamide 104 4-6
motors and mechanical primer
Interior and exterior equipment, piping, etc.
nonsubmerged (gloss) 1 coat epoxy polyamide 102 4-6
1 coat aliphatic 115 3-5
polyurethane
Interior insulated 1 coat acrylic latex 103 4
Submerged water All metal piping, and 2 coats NSF approved 4-6/coat
mechanical equipment, epoxy polyamide 105
etc.
Submerged Wastewater 2 coats high solids epox;� 119 8-10/coat
Steel doors, windows and 1 coat epoxy polyamide 102 5-8
door frames, steel stairs,
monorails, structural steel, 1 coat aliphatic 115 3-4
misc. metals (steel) polyurethane
Aluminum surfaces in 2 coats coal tar 107 26
contact with concrete
Shop Primed Pre-Engineered 1 barrier coat 113 2-3
Structurai Steel Buildings 1 coat epoxy 114 3-4
1 coat epoxy 120 3-4
Other
Interior: Gypsum Wallboard All new structures 2 coats acrylic latex 103 2-3/coat
Interior: Tar-dipped piping 2 coats epoxy resin 112 5-8/coat
where color is required sealer
2 coats epoxy polyamide 102 5-8/coat
PVC Piping 1 coat epoxy polyamide 102 5-8
1 coat aliphatic 115 3-4
polyurethane
PAINTING 09 91 00 - 12 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
C�
Z
N ~
� �
J
W �
� U
m �
Q Q
�
�
�
U �
� C
0
O
�
a
t a�
N � �
C
�_ � � X X n- T
6 N � O_ d � N
_ � � Z W W � � a � �
" � � a c�o � H F�- �0 `�° v N � � � U °x° v cn �
_ � � � � � � � � � CO =
' a X s X X �� W W X X N m a X�
�� � V � n (n Cn � @ Q Q C �i C II. U
C fl- Q fl-
Q7 O O O —— N y O O O T N O
� m � � � � � � a m c"o � m � � � c
U� O � � 2 S c c�� Q�i u1 U� I@
V V V V m
� O M � � M M M � O O O
� � O O � 6] � � � � � � �
J � � O O M M � � � � � �
) O '6 V '6 "6 � M -6 '6 "6 N tn O '6 '6 'a
� O @ - � m � � U U @ t4 (6 (E -p f6 @ N CO @ (6 f6
_ � �' � � � J i� ul O O 7 � C � L 7 � �
a� o� � rn v� co m m � � o� a� o a� a� a� m rn rn
0 0� o o` o 0 0 0� o o= � o 0 0
� ' .o � � .fl a � � _o .fl � a N a .n �_ �� .o � �
c �n � �
m co ca � m co �.-- ,.. `m m ca m� m c`a m co `m ca m
(n U U M U U� 0] 0� U U U U � U U Cn (n U U U
_ _ � �
o m m � = m
, f� t17 N � S= O O tt) tn O � O O O
� N N oJ o0 N V V t0 N tf) M O N O
) M Q M f� 1� � � ('7 M C' M � M �
� H H � I- 1- �� F- f- F- � � � H Y f- Y
� Q Q Q Q ' Q Q Q Q Q Q Q Q U Q U I
= O O� O O O O O O O O O p O p
. U U C� U Ci U U U C� U U U _7 U J
� � � � � � � � � � � � � � �
w w w w w w w w w w w w w w w
� � � � � � � � � � � � � � �
Q Q Q Q Q Q C Q Q Q Q Q Q Q Q
� �
'- � �
) � M � � N
) �
> CO CO CO O � V = M N � � f� � d' p CO
� CO � CO N = N N � � N O O N � z
O � � � � � � �
> � O �
N
N
O
�
O
N
N a
O �
� �
.� � �
O
V
N N y � N
� � (6 C � (6 (6 � � (6 (6 t6 @
O N O � � O O U 4% O V O O Q
n- N L � N N L � L L � N N � L L � L .0 U
� � �� a�i � � � a�Qi �� �__ � a`°i `m °� �� �� a�°i �� �S o
a a` i.L cn a d ii v� 'u. i.� a` cn m � ii u. cn i� ii �
�
C
� �
L �
� — � �
'O � 0 '6 _O O N � X x
�+ � � = O fl.
N
� j, N T a � � >, >. � a O U � N
� _ O O � N C O O N C V Q- O �'O
Q � d � O a Q C'� . � 4 N O
� U X U �(6 X w6 t6 "6 'D X X L t6 L U X >. t� X
�� o� o-- o �o m T� o o� T n Z' o �6 -= o
ri Q w Q w E W v U Q Q w w� a° Q Q w U= W
LL � N c'� V tt� CO f� N O� O N (h V' tn CD I� N 6� O
�,7,j O O O O O O O O O N
�. c- � � � � r a- � �-- � � � r a- �- s- � � �
Z
0
�
U
W
�
lL
�
�
Z
V..�
�
cr�o
orro
�o�o
� `- o
� O �
Q Q �
�-z�
m .,..,
U' � O
��oz
N L '�"n
11 ^ (�
> I..L �
>Ud
L
�
�
�
�
�
�
(�
C
�
N
c�
_
�
�
O
O
�
�
�
C�
Z
F-
z
Q
�
SECTION 11 00 00
EQUIPMENT GENERAL PROVISIONS
PART 1 -- GENERA�
1.01 THE REQUIREMENT
A. The Contractor shall furnish, install, test, and place in acceptable operation all mechanical
equipment and all necessary accessories as specified herein, as shown on the Drawings,
and as required for a complete and operable system.
B. The mechanical equipment shall be provided complete with all accessories, special tools,
spare parts, mountings, and other appurtenances as specified, and as may be required fora
complete and operating installation.
C. It is the intent of these Specifications that the Contractor shall provide the Owner complete
and operational equipment/systems. To this end, it is the responsibility of the Contractor to
coordinate all interfaces with related mechanical, structural, electrical, instrumentation and
control work and to provide necessary ancillary items such as controls, wiring, etc., to make
each piece of equipment operational as intended by the Specifications.
D. The complete installation shall be free from excessive vibration, cavitation, noise, and oil or
water leaks.
E. The requirements ofthis section shall applyto equipmentfurnished under Divisions 11, 33,
40, 43 and 46.
1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS
A. All equipment, materials, and installations shali conform to the requirements of the most
recent editions with latest revisions, supplements, and amendments of the specifications,
codes, and standards listed in Section 01 42 19, Reference Standards.
1.03 PERFORMANCE AFFIDAVITS
A. When required in the individual equipment Specifications, the Contractor shall submit
manufacturer's PerFormance Affidavits for equipment to be furnished.
B. By these affidavits, each manufacturer must certify to the Contractor and the Owner, jointly,
that he has examined the Contract Documents and that the equipment, apparatus, or
process he offers to furnish will meet in every way the performance requirements set forth or
implied in the Contract Documents.
0
�
0
0
C. The Contractor must transmit to the City's Project Representative three (3) original copies of A
the affidavit given him by the manufacturer or supplier along with the initial Shop Drawing
submittals.
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
D. The PerFormance Affidavit must be signed by an officer of the basic corporation, partnership,
or company manufacturing the equipment and witnessecl by a notary public. E. The
Performance Affidavit shall have the following format:
Addressed to: (Contractor) and *
Reference:
Text:
Signature:
* GRAVITY BE�T *
* THICKENER ADDITION *
CITY OF *
FORT WORTH *
�
*
�Manufacturer's Name) has examined the Contract Documents and hereby
state that the (Product) meets in every way the performance requirements
set forth or implied in Section of the Contract Documents.
Corporate Officers shall be Vice President, or higher. (Unless statement
authorizing signature is attached.)
1.04 SHOP DRAWINGS
A. Shop Drawings shall be submitted to the City's Project Representative for all equipment in
accordance with Section 01 33 00, Submittals and shall include the following information in
addition to the requirements of Section 01 33 00, Submi�tals:
1.
2.
3.
4.
Performance characteristics and descriptive data.
Detailed equipment dimensional drawings and setting plans.
General lifting, erection, installation, and adjustment instructions, and
recommendations.
Complete information regarding location, type, size, and length of all field welds in
accordance with "Standard Welding Symbols" AWS A2.0 of the American Welding
Society. Special conditions shall be fully explained by notes and details.
5. The total uncrated weight of the equipment plus t�ie approximate weight of shipped
materials. Support locations and loads that v+�ill be transmitted to bases and
foundations. Exact size, placement, and embedment requirements of all anchor
bolts.
6.
7.
8.
9.
Details on materials of construction of all components including applicable ASTM
designations..
Information on bearing types and bearing life.
Gear box design and performance criteria and AGMA service factor.
Piping schematics.
EQUIPMENT GENERA� PROVISIONS 11 00 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar�d Sawyer Project No. 60000-000
10. Motor data sheet indicating motor horsepower; enclosure type; voltage; insulation
class; temperature rise and results of dielectric tests; service-rating; rotative speed;
motor speed-torque relationship; efficiency and power factor at'h, 3/, and full load;
slip at full load; running, full load, and locked rotor current values; and safe running
time-current curves.
�
1.05
11. Equipment and motor protective device details. Connection diagrams for motorand
all protective devices.
12. Equipment shop coating systems, interior and exterior.
13. Panel layout drawings, schematic wiring diagrams, and component product data
sheets for control panels.
14. A list of spare parts and special tools to be provided.
15. Any additional information required to show conformance with the equipment
specifications.
16. Warranty documentation including statement of duration of warranty period and
contact phone numbers and addresses for warranty issues.
SHOP DRAWINGS ON ITEMS REQUIRING PERFORMANCE AFFIDAVITS WILL NOT BE
REVIEWED UNTI� ACCEPTAB�E PERFORMANCE AFFIDAVITS ARE RECEIVED.
OPERATION AND MAINTENANCE INSTRUCTION/MANUALS
A. Operation and Maintenance (O&M) manuals shall be submitted in accordance with Section
01 33 00, Submittals and Section 01 78 23, Operations and Maintenance Manuals.
B. O&M manuals shall include instructions, equipment ratings, technical bulletins, and any
other printed matter such as wiring diagrams and schematics, prints or drawings, containing
full information required forthe properoperation, maintenance, and repairofthe equipment.
included in this submission shall be a spare parts diagram, complete spare parts list, bill of
materials, OEM part numbers and manufacturer's catalog information of all equipment
components.
C. Each set of instructions shall be bound together in appropriate three-ring binders with a
detailed Table of Contents.
D. Written operation and maintenance instructions shall be required for all equipment items
supplied for this project. The amount of detail shail be commensurate with the complexity of
the equipment item.
E. Information not applicable to the specific piece of equipment installed on this project shall be
struck from the submission.
F. Information provided shall include a source of replacement parts and names of service
representatives, including address and telephone number.
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
G. Extensive pictorial cuts of equipment are required for operator reference in servicing.
H. W hen written instructions include Shop Drawings and other information previously reviewed
by the City's Project Representative, only those editions thereof which were approved by the
City's Project Representative, and which accurately depic�'_ the equipment installed, shall be
incorporated in the instructions.
1.06 GENERAL INFORMATION AND DESCRIPTION
A. All parts of the equipment furnished shall, be designed and constructed for the maximum
stresses occurring during fabrication, transportation, instal°"':ation, testing, and all conditions of
operation. All materials shall be new, and both workmans�ip and materials shall be entirely
suitable for the service to which the units are to be suajected and shall conform to all
applicable sections of these Specifications.
B. Ali parts of duplicate equipment shall be interchangeable without modification.
Manufacturer's design shall accommodate all the requirements of these Specifications.
C. Equipment and appurtenances shall be designed in conformity with ASTM, ASME, AIEE,
NEMA, and other generaily accepted applicable standards.
D. All bearings and moving parts shall be adequately protect�d by bushings or other approved
means against wear, and provision shall be made for accessible lubrication by extending
lubrication lines and fittings to approximately 30 inches a�ove finished floor elevation.
E. Details shall be designed for appearance as well as uti'ity. Protruding members, joints,
corners, gear covers, etc., shall be finished in appearance. All exposed welds on machinery
shall be ground smooth and the corners of structural shapvs shall be rounded orchamfered.
F. Machinery parts shall conform within allowable tolerances to the dimensions shown on the
working drawings.
G. All machinery and equipment shall be safeguarded in accordance with the safety codes of
the USA and the State in which the project is located.
H. All rotating shafts, couplings, or other moving pieces of �quipment shall be provided with
suitable protective guards of sheet metal or wire mesh, neatly and rigidly supported. Guards
shall be removable as required to provide access for repairs.
I. All equipment greater than 100 pounds shali have lifting lugs, eyeboits, etc., for ease of
lifting, without damage or undue stress exerted on its components.
J. All manufactured items provided under this Section shail be new, of current manufacture,
and shall be the products of reputable manufacturers specializing in the manufacture of such
products.
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
1.07 EQUIPMENT WARRANTIES
A. Warranty requirements may be added to or modified in the individual equipment
specifications.
Ad d 2 ,R—�h���a,��� �t-#a� r-a,�s h��a�d�,�+s-E c��r-��:-�-" aT!-� �� r-��#Q�i te-b�-�--�r-�r-r-� -� ef�s i�-
��ar-6,-��slaF�; desig�a-�d,�er �aa�e�i�ls--��-a-per-��a�l-e�w�-��-���s-�ral�s-s-�t-��a���
sN.��f�e�-i�h�-;-�-�o4da.��-�-ui-�,mA�# sp�i�isa�s--T--�e-�era��-o�ss�s,"-,-�-����s �h,a-�l-st�
ar�-t-la�-�!a*.,�,-th�-�a�t-��u-la�--eq-�-�p�ra�rat �s-p��-io-�-�se-by%-�l�e-��r���-�vi#-��-�ar-�s��d��g-s€��t
��-���Yf; ��;�e �-{ar--��,�-�;:�-%�;��-�-�,�--�-; � �='-�-c�„a �-1-s�^�: s� -��-�-s�����-! ��-
p�owided _th�t #he- �c��aapr�aerat derno�stra�e�- sa�o-s�actmr�✓_{�erfor�naa�c� d��ing_the_tka6�t�_d��
e�er-2�-ti��a-��r-6o�-�f#e��h�-��;.i�o��-;e,�st�-r-t-�N—;f t"�-.,��;,��c����a�s-r��t -�e�#-or�-
�a�isf�e#or�by dear�ng tl�e_th6r�y, �-+�y�_opea-a�ior�al--�e�-iod-; tMe-st�r-t-of #he-v�arra�e#y nprio�!-�vE�� b�
�..^-���j�2c-l-i^rt�}-�i�i'v-�^-,.-`�C-.'-I-p-�.^-n�-a�'rx�'r.(3-`rlrs�iir--^ufcQS-Nr-C�'�ri-C��-?wi-'rcJ''r��,�'iv y-'.:�tIY-.'�',r'ri�'-li-�-a-h-rh��r�$�-.�sr�l�7�
�e.p�.�.r...�.r..-replac�...v��itho�at...�.�.a.�-���.._to...t.I��....0.,,�r��r..a.�.y....�aat-af ..e.q.u.i �m.e�.�....,,�,.h.i.�.}�.....�.�...defectir��e-or
&-h�v"rPd�"�---��i-r-rG��ta�c��-'sJeu-ir-'v°J-�t�r'�'t-�ch��-�'-'.'r`G'�'�"-a'r�-�i�^-��.raiL-`..��r—r-2-p.l+��..' #�iiv�-ey�G;-'h--3-�'xi'�.��Fi-t-�ib�ii��'-^rv�f
��.�uaipr-�erat i���e-rne�ha-r���a!-p�r#Q�r-�r��e-�s-unsat�s�a�tQ�; ��ar-n�slhi-r-�g-�-I�-_{�arts;-�aatera�Is;
�u.h7c^rr;-.n�t.S-:;'?i-..`�'�uSS�ul�j!-��3--i�-�rL-l�Cn �r1.4.-a��-.Ll�,�-rmti.r'�-#-+cQ---S�S-S�u^-Ghfiti`-1-.-�'@y'f�rna--^u-�'r�.�.-�ti`-�FQ,�-,
B. For all improvements, the Contractor shali indemnify the Owner against any repairs which
may become necessary to any part of the work performed and to items of equipment and
systems procured for or furnished under this Contract, arising from defective workmanship
or materials used therein. The equipmentfurnished underthis Contract shall be guaranteed
to be free from defects in workmanship, design and/or materials for a period of two (2) years
unless otherwise specified in the individual equipment specifications. The period of such
warranties shall start on the date the particularequipment is placed in use bythe Ownerwith
corresponding start-=F.ra �G� t?�tfi�t�C��: 4s�'L`iuG�ry s?,r;}7� (�`i�€�UI�CiU"�i�a ;�C�?i?iG�i i`E:v"�S� ����i�r`�
as specified herein, provided that the equipment demonstrates satisfactory performance
during the thirty day operationai period after start-up. Such warranty period shall be provided
"r.r !'+ •-'�. r.� • �,� ' ""�.•'i i 'E ^I F(� °'� i t� *'l§ ^!
u';1 i C:. v�#^.�, � iC` , �.��!'G�GSS �i� �U;:1�a%i...; S' v�c,s u;�CG L,t�"f �iii;! �,`,�L%1SE�'� S. 3�,� ��?.af� �i'P� �L
does not perform satisfactorily during the thirty day operational period, the start of the
warranty period will be delayed untii the equipment demonstrates proper operation. The
warranty shall cover all parts of the equipment, and parts and labor for repiacement parts,
Si€i��iY;��' COS�;S t�'t ii1� ,�`3ca;�3 ra�t:; GCjU1�C"€i�'li�, iT�c'�li€�1"c'�G(�!"G-'?"'S if��£� S�iViC`�S iC:i" iESiGilil� I�ii
equipment to full and complete operability, and all other costs incidental to the warranty
coverage. The Contractor shall repair or replace without charge to the Owner any part of
equipment which is defective or showing undue wear within the guarantee period, or replace
the equipment with new equipment if the mechanical performance is unsatisfactory;
furnishing all parts, materials, labor, etc., necessary to return the equipment to its specified
������ ���; �c; ��uv�.
G:-__T�e-�ontractor-s�ia�l-pr-o�id�-a-r�-eq�Fprner�t-w��ar-r-�rat�--log-beo�, p�--ep�r�d-speeF���abl�-f�ar-�Yais
�r-Q;ect ��u-sa�i�t�vo-�2-}capaa�-of-t�-�oc�:���# tc-�-�h�-�;,����,� �';-����: �,:µ��� pr-�ar-
io_fin�� _pa�rnerat._ _Tk�e_equo-prner�t war�-araty-�og� book-sh�d�-_in�dt�d�-a-s�r-rarrrar�-distara� o#_a�d
eq�-.�ipr-ner�t-�va�r�n�o-es p�o�i�ed-dat-e-r-e�eiw�d; -�aa�-s�ar-t-�d�te--�-nd-�cl-d�t�-�f ���r-r-a��y,.
��r;��—Q��op��-o�c�-e^��,�ma��o���-�a�.�-�-��-e�u;�r��e�� s#-a�-t��a�6�r�;#-i�-taer�-sba�!!-�l-�-be
prGti�����--i�a th�--d���-.a�a��a�:
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Add 2 C. The Contractor shall provide an equipment warranty log book prepared specifically for this
,�',i"t3l�'Ci c�Pif.� Sl!'w`?�Yit� $'.�,fC.' {�� C��3[�S fls �:�[� (�CJG£.4( 3?�t�� tt� �i1� i�;�ti! S i=s(J�`CCi ic�i 8��":";�i;'aQ i�€ iG1"
to final payment. The equipment warranty log book shall include a contact person (name,
title and phone number) that is fully familiarized with this project, a summary listing of all
equipment warranties provided, date received and star� date and end date of warranty
period. A copy of each equipmentwarranty and equipmer:t start-up certification shall also be
,�r��f=�e� s�� i��; ��cL.�er��_�;
D. The Equipment Supplier shall guarantee to the Owner �hat all equipment offered under
these specifications, or that any process resulting from fihe use of such equipment in the
manner stated is not the subject of patent litigation, and �:hat he has not knowingly offered
equipment, the installation or use of which is likelyto resu;�t in a patent controversy, in which
the Owner as user is likely to be made the defendant.
Where patent infringements are likelyto occur, each Equipment Supplier shall submit, as a
part of his bid, license arrangements between himself, or �he manufacturer ofthe equipment
offered, and the patent owner or the controller of the pate�t, which will permit the use in the
specified manner of such mechanical equipment as he nay be bidding.
Each Equipment Supplier, by submitting his bid, agrees to hold and save the Owner and
City's Project Representative or its officers, agents, serva�ts, and employees harmless from
liability of any nature or kind, including cost and expenses for, or on account of, any patented
or unpatented invention, process, article, or applianc� manufactured or used in the
perFormance of the work under this contract, including th� use of the same by the Owner.
'_: ':�I�1�1�
2.01 ACCEPTABLE MANUFACTURERS
A. The materials covered by these Specifications are inte�ded to be equipment of proven
reliability, and as manufactured by reputable manufacturers having experience in the
production of such equipment. The Contractor shall, ur�on request of the City's Project
Representative, furnish the names of not less than 5 successful installations of the
manufacturer's equipment of the same size and model cf that offered under this contract.
The equipment furnished shall be designed, constructed, and installed in accordance with
the industry accepted practices and shall operate satisfactorily when installed as shown on
the Drawings and operated per manufacturer's recommendations.
2.02 ANCHORS AND SUPPORTS
A. The Contractor shall furnish, install, and protect all necessary guides, bearing plates, anchor
and attachment bolts, and all other appurtenances required for the installation of the devices
included in the equipment specified. Working Drawings for installation shall be furnished by
the equipment manufacturer, and suitable templates sha":i be used by the Contractor when
required in the detailed equipment Specifications.
B. Anchor boits and fasteners shall be furnished in accordance with Section 05 05 23, Metal
Fastening, and with the individual equipment Specificat€ons. All anchor bolts shall be a
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
minimum of 1/2-inch diameter. All anchor bolts, handrail bolts, washers, clips, clamps, and
fasteners of any type shall be constructed of 316 stainless steel, unless otherwise specified
the individual equipment Specifications.
C. The Contractor shall provide all concrete pads or pedestals required for equipment
furnished. All concrete equipment pads shail be a minimum of 6" high, unless otherwise
shown on the Drawings and shall be doweled.
D. Pipe sieeves or other means of adjusting anchor bolts shail be provided where indicated or
required. Equipment shall be leveled by first using sitting nuts on the anchor bolts, and then
filling the space between the equipment base and concrete pedestal with non-shrink grout,
unless alternate methods are recommended by the manufacturer and are acceptable to the
City's Project Representative (such as shim leveling pumps, or chemical grout). Non-shrink
grout shall be as specified in Section 03 60 00, Grout.
2.03 STRUCTURAL STEEL
A. All materials shall conform to applicable provisions of the AISC Specifications forthe design
and fabrication of structural steel, and to pertinent ASTM Standard Specifications.
2.04 DISSIMILAR METALS
A. All dissimilar metals shail be properly isolated to the satisfaction of the City's Project
Representative.
2.05 GALVANIZING
A. Where required by the equipment specifications, galvanizing shail be performed in
accordance with Section 05 05 35, Galvanizing.
2.06 STANDARDIZATION OF GREASE FITTINGS
A. The grease fittings on all mechanical equipment shall be such thatthey can be serviced with
a single type of grease gun. Fittings shall be "Zerk" type.
2.07 ELECTRICAL REQUIREMENTS
A. All electrical equipment and appurtenances, including but not limited to motors, panels,
conduit and wiring, etc., specified in the equipment specifications shall comply with the
applicable requirements of the Division 26 specifications and the latest National Electric
Code.
B. Motors shall conform to the applicable requirements of Section 11 05 13, Electric Motors.
C. In the individual equipment specifications, specified motor horsepower is intended to be the
minimum size motor to be provided. If a larger motor is required to meet the specified
operating conditions and performance requirements, the Contractor shall furnish the larger
sized motor and shall upgrade the electrical service (conduit, wires, starters, etc.) at no
additional cost to the Owner.
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
D. Where variable frequency drives (VFDs) are specified, th� Contractor shall be responsible
for coordinating between equipment supplier and VFD s�pplier to ensure a complete and
operationai system. VFDs shall be furnished under Division 26 and shall be as specified in
Section 26 29 23, Variable Frequency Drive Systems.
E. Motor starters and controls shall be furnished and install�d under Division 26, Division 33
and Division 40 unless otherwise specified in the individ�al pump specifications.
2.08 ACCESSORIES, SPARE PARTS, AND SPECIAL TOOLS
A. Spare parts for equipment shall be furnished whe.�e indicated in the equipment
Specifications or where recommended by the equipment manufacturer.
B. Spare parts shall be identicai and interchangeable with criginal parts.
C. The spare parts shall be packed in containers suitable for long term storage, bearing labels
ciearly designating the contents and the pieces of equipment for which they are intended.
D. Painting requirements for spare parts shall be identical tc those for original, installed parts.
Where no painting or protective coating is specified, suitable provisions shall be made to
protect against corrosion.
E. Spare parts shall be delivered at the same time as the �quipment to which they pertain.
Spare parts shall be stored separately in a locked area, maintained by the Contractor, and
shall be turned over to the Owner in a group prior to substantial completion. All of these
materials shall be properly packed, labeled, and stored vvhere directed by the Owner and
City's Project Representative.
F. The Contractor shall furnish all special tools necessary to operate, disassemble, service,
repair, and adjust the equipment in accordance with t[�e manufacturers operation and
maintenance manual.
G. The Contractor shall furnish a one year supply of all recommended lubricating oils and
greases. The manufacturer shall submit a list of at least four manufacturer's standard
lubricants which may be used interchangeably for each type of lubricant required. All of
these materials shall be properly packed, labeled and stored where directed by the City's
Project Representative.
2.09 EQUIPMENT IDENTIFICATION
A. All mechanical equipment shall be provided with a subs:antial stainless steel nameplate,
mechanically fastened with stainless steel hardware in a conspicuous place, and clearly
inscribed with the manufacturer's name, year of manufacture, serial number, and principal
rating data.
B. Each pump and other piece of inechanical equipment sha11 also be identified as to name and
number by a suitable laminated plastic or stainless steel nameplate mechanically fastened
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
with stainless steel hardware; for example, "Raw Water Pump #1 ". Coordinate name and
numberwith same on remotely located controls, control panel, and otherrelated equipment.
C. Nameplates shall not be painted over.
PART 3 -- EXECUTION
3.01 SHOP TESTING
A. All equipment shall be tested in the shop of the manufacturer in a manner which shail
conclusively prove that its characteristics compiy fully with the requirements of the Contract
Documents and that it will operate in the manner specified or implied.
B. No equipment shali be shipped to the project until the City's Project Representative has
been furnished a certified copy of test results and has notified the Contractor, in writing, that
the results of such tests are acceptable.
C. Five (5) certified copies of the manufacturer's actual test data and interpreted results thereof
shall be forwarded to the City's Project Representative for review.
D. if required by the individual equipment Specifications, arrangements shall be made for the
Owner/City's Project Representative to witness performance tests in the manufacturer's
shop. The Owner/City's Project Representative shall be notified ten working days before
shop testing commences. Expenses are to be paid by Owner.
E. Shop testing of electric motors shall be in accordance with applicable requirements of
Section 11 05 13, Electric Motors and Section 26 05 00, Electrical General Provisions.
3.02 STORAGE OF EQUIPMENT AND MATERIA�S
A. Contractor shall store his equipment and materials at the job site in strict accordance with
the manufacturer's recommendations and as directed by the Owner or City's Project
Representative, and in conformityto appiicable statutes, ordinances, regulations, and rulings
of the public authority having jurisdiction. Equipment and materials shall not be delivered to
the site prior to 90 days in advance of the scheduled installation. Partial payment requests
will not be processed for materials delivered prior to 90 days before installation or for
materials that are not properly stored.
B. Materiai or equipment stored on the job site is stored at the Contractor's risk. Any damage
sustained of whatever nature shall be repaired to the City's Project Representative's
satisfaction at no expense to the Owner. Stored electrical equipment is to be protected from
the elements and shall have space heaters energized.
C. Contractor shall not store unnecessary materials or equipment on the job site and shall take
care to prevent any structure from being loaded with a weight which will endanger its security
or the safety of persons.
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
D. Contractor shall observe all regulatory signs for loadings on structures, fire safety, and
smoking areas.
E. Contractor shall not store materials or encroach upon private property without the written
consent of the owners of such private property.
3.03 MANUFACTURER'S FIELD SERVICES
A. The Contractor shall arrange for a qualified Technical Representative from each
manufacturer or supplier of equipment who is regularly involved in the inspection,
installation, start-up, troubleshooting, testing, maintenance, and operation of the specified
equipment. Qualification of the Technical Representative shall be appropriate to the type of
equipmentfurnished and subjectto the approval ofthe City's Project Representative and the
Owner. W here equipment furnished has significant process complexity, furnish the services
of engineering personnel knowledgeable in the process involved and the function of the
equipment. When necessary, the Contractor sha:I schedule multiple Technical
Representatives to be present at the same time forthe pur�ose of coordinating the operation
of multiple pieces of related equipment.
B. For each site visit, the Technical Representative shail submit jointly to the Owner, the City's
Project Representative, and the Contractor a complete signed report of the results of his
inspection, operation, adjustments, and testing. The report shall include detailed
descriptions of the points inspected, tests and adjustr�ents made, quantitative results
obtained if such are specified.
C. The manufacturer's Technical Representative shall provsde the following services.
Installation: The Technical Representative shall i�spect the installed equipment to
verify that installation is in accordance with the ma.�ufacturer's requirements. Where
required by individual equipment specifications, th:e Technical Representative shall
also supervise the installation of the equipment.
2. Testing: After installation of the equipment has been completed and the equipment
is presumably ready for operation, but before it is operated by others, the Technical
Representative shall inspect, operate, test, and adjust the equipment as required to
prove that the equipment is in proper condition for satisfactory operation under the
conditions specified. Unless otherwise noted in the signed site visit report, the report
shall constitute a certification that the equipment conforms to the requirements of the
Contract and is ready for startup and that nothing in the installation will render the
manufacturer's warranty null and void. The report shall include date of final
acceptance field test, as well as a listing of all pe.�sons present during tests.
3. Startup: The Technical Representative shall s:art up the equipment for actual
service with the help of the Contractor. In the ev�nt that equipment or installation
problems are experienced, the Contractor and the representative shall provide the
necessary services until the equipment is opera':ing satisfactorily and performing
according to the specifications at no additional cost to the Owner. Unless otherwise
noted in the signed site visit report, the report shall constitute a certification that the
equipment conforms to the requirements of the Contract and is ready for permanent
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 10 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
operation and that nothing in the installation will renderthe manufacturer's warranty
null and void.
4. Training: Training shall be in accordance with Section 01 75 00, Operator Training.
5. Services after Startup: Where required by the individual equipment specifications,
the Technical Representative shall return to the project site thirty (30) days afterthe
start up date to review the equipment perFormance, correct any equipment problems,
and conduct operation and maintenance classes as required by the Owner. This
follow-up trip is required in addition to the specified services of Technical
Representative prior to and during equipment startup. At this time, if there are no
equipment problems, each manufacturer shali certify to the Owner in writing that his
equipment is fully operational and capable of ineeting operating requirements. Ifthe
equipment is operating incorrectly, the Technical Representative will make no
certification to the Owner until the problems are corrected and the equipment
demonstrates a successful thirty (30) days operating period.
D. Services of the Technical Representative will require a minimum oftwo (2) site visits, one for
installation and testing and one for startup and training, and will be forthe minimum number
of days recommended by the manufacturer and approved by the City's Project
Representative but will not be less than the number of days specified in individual equipment
- sections.
E. The Contract amount shall include the cost of furnishing the Technical Representative for
the minimum number of days specified, and any additional time required to achieve
successful instaliation and operation. The times specified for services by the Technical
_ Representative in the equipment Specifications 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.
F. The Contractor shall notify the City's Project Representative at least 14 days in advance of
each equipment test or Owner training session.
G. The Technicai Representative shall sign in and out at the office of the City's Project
Representative on each day he is at the project.
3.04 I NSTALLATION
A. The Contractor shall obtain written installation manuals from the equipment manufacturer
priorto installation. Equipment shall be installed strictly in accordance with recommendations
of the manufacturer. A copy of all installation instructions shall be furnished the City's
Project Representative's field representative one week prior to installation.
B. The Contractorshail have on hand sufficient personnel, properconstruction equipment, and
machinery of ample capacity to facilitate the work and to handle all emergencies normally
encountered in work of this character. To minimize field erection problems, mechanicai units
shall be factory-assembled insofar as practical.
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 11 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. Equipment shall be erected in a neat and workmanlike manner on the foundations at the
locations and elevations shown on the Drawings.
D. All equipment sections and loose items shall be match-rr�arked prior to shipping.
E. For equipment such as pumping units, which require field alignment and connections, the
Contractor shall provide the services of the manufacturer's qualified mechanic, millwright, or
machinist, to align the pump and motor priorto making piping connections or anchoring the
pump base. Alignment shall be as specified herein.
F. The Contractor shall furnish oil and grease for initial operation and testing. The
manufacturer and grades of oil and grease shall be in accordance with the
recommendations of the equipment manufacturer.
3.05 ALIGNMENT
A. Set equipment to dimensions shown on drawings. Dimensions shall be accurate to +/-1/16
inch unless otherwise noted on the drawings. Wedges shall not be used for leveling,
aligning, or supporting equipment.
B. General Equipment Leveling: Non-rotating equipment shali be set level to +/-1/16 inch per
10 foot length (.005 inch per foot) unless otherwise noted on the drawings. Shims shall be
used unless equipment is furnished with leveling feet. Set shims flush with equipment
baseplate edges. When grouting is required, equipment shall be shimmed to allow a
minimum of one inch grout thickness. Grout shall cover s��ims at least 3 inches. Final level
check shall be held for inspection and approval by City's Project Representative before
proceeding.
C. Grouting
Fill anchor bolt holes or sleeves with grout, after bolt alignment is proven, and prior to
placing grout under equipment bases.
Surface Preparation. Roughen surFace by chipping, removing laitance, and unsound
concrete. Clean area of all foreign material such as oil, grease, and scale. Saturate
area with water at least 4 hours prior to grouting, � emoving excess water ponds.
3. Application. Place grout after the equipment base has been set and its alignment
and level have been approved. Form around the base, mix grout, and place in
accordance with the grout manufacturers pubiished instructions. Eliminate all air or
water pockets beneath the base using a drag ch�in or rope.
4. Finishing. Point the edges of the grout to form a smooth 45 degree slope.
5. After grout has cured (not before 3 days after plac�ment) paint exposed surFaces of
grout with shellac.
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 12 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
6. Level Verification. After grout has cured, and immediately prior to drive alignment,
recheck equipment for level and plumb. Re-level and square as necessary. Hold
final checks for inspection and approval by City's Project Representative.
D. Inspect for and remove ail machining burrs or thread pulls in female holes on mating
surfaces of mounting frame and machine feet.
E. Inspect and clean equipment mounting base pads, feet, and frames to remove all grease,
rust, paint and dirt.
F. Assembled equipment shafts shall be set level to .0015 inches per foot of shaft length (+/-
.0005 inches) up to a maximum of 0.015 inches for any length shaft unless the
manufacturers requirements are more stringent or unless othernrise noted in the equipment
specifications. Use the machined surfaces on which the equipment sets for the
base/mounting frame leveling plane. Use the machined shaft surface for equipment leveling
plane.
G. Sprocket and Sheave Alignment. Check shaft mounted components for face runout and
eccentricity (outside diameter) runout by magnetically mounting a dial indicator on a
stationary base and indicating over 360 degrees on a continuous machined surface at the
outside diameter of the component. Maximum allowable total indicated face runout and
eccentricity for sprockets and sheaves will be per ANSI Standard B29.1-1975.
H. Belt tensioning. Set drive belt tension to manufacturer's specification for the belt type.
Recheck alignment after drive tensioning.
I. Thermai/Mechanical Growth. Thermal/mechanical growth corrections for driver and driven
machines will be used in vertical and horizontal alignmentwhere appiicable. The equipment
manufacturer will determine thermal/mechanical growth applicability for any machine and
provide the correction offsets to be used.
J. Rotating Shaft Alignment
1. Fixtures will be set up on the driver and driven machine, machines shaft surfaces.
Machined coupling hubs may be used only if there is no clearance to mount fixtures
directly on the shafts.
2. Primary alignment method for direct drive machines is when coupled. Uncoupled
alignment will be used only when approved by the City's Project Representative.
3. Account for possible coupling flex by always rotating coupled machines in the same,
direction during alignment.
4. Uncoupled machines must be connected so that both shafts turn together without
relative motion during alignment.
5. Indicatorbarsag will be measured and included foreach reverse indicatoralignment
setup.
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 13 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
6. Reverse Dial Indicator. The final maximum allov�Jable misalignment: vertical and
horizontal from the desired targets of .000 inches (fora non-thermal growth machine)
orfrom the given target readings (for a thermal growth machine) must meet BOTH of
the following conditions simultaneously: 1/2 the final total indicator reading at each
indicator will be no more than shown in the table below AND the final remaining
correction at each machine foot be no more than .G01 inches of required movement.
Machine Speed (RPM)
Up to 1800
1800 and greater
3.06 FIELD TESTING
Total Misalignment* (inches)
.002
.001
* 1/2 indicator reading
A. All equipment shall be set, aligned and assembled in conformance with the manufacturer's
drawings and instructions. Provide all necessary calibrated instruments to execute
performance tests. Submit report certified by the pump manufacturer's representative.
B. Preliminary Field Tests, Yellow Tag
As soon as conditions permit, after the equipment has been secured in its
permanent position, the Contractor shall:
a. Verify that the equipment is free from defects.
Check for alignment as specified herein.
c. Check for direction of rotation.
d. Check motor for no load current draw.
2. Contractor shall fiush all bearings, gear housin�s, etc., in accordance with the
manufacturer's recommendations, to remove any�oreign matteraccumulated during
shipment, storage or erection. Lubricants shal: be added as required by the
manufacturer's instructions.
3. W hen the Contractor has demonstrated to the Cit�r's Project Representative that the
equipment is ready for operation, a yellow tag will be issued. The tag will be signed
by the City's Project Representative, or his assigned representative and attached to
the equipment. The tag shall not be removed.
4. Preliminary field tests, yellow tag, must be comple.ed before equipment is subjected
to final field tests, blue tag.
C. Final Field Tests, Blue Tag
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 14 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
Upon completion of the above, and at a time approved by the City's Project
Representative, the equipment will be tested by operating it as a unit with all related
piping, ducting, electrical and controls, and other ancillary facilities.
2. The equipment will be placed in continuous operation as prescribed or required and
witnessed by the City's Project Representative or his assigned representative and
the Owner or his assigned representative.
3. The tests shall prove that the equipment and appurtenances are properly instalied,
meet their operating cycles and are free from defects such as overheating,
overloading, and undue vibration and noise. Operating field tests shall consistofthe
following:
Check equipment for excessive vibration and noise as specified herein.
b. Check motor current draw under load conditions. The rated motor nameplate
current shall not be exceeded.
Recheck alignment with dial indicators where applicable, after unit has run
under load for a minimum of 24 hours.
D. In addition to the above described field tests, any othertests specifically required by Section
43 21 00, Pumps-General, the individual equipment Specifications, or by the manufacturer
shall be performed.
E. Until final field tests are acceptable to the City's Project Representative, the Contractor shall
make all necessary changes, readjustments and replacements at no additional cost to the
Owner.
F. Upon acceptance of the field tests, a blue tag will be issued. The tag will be signed by the
City's Project Representative and attached to the unit. The tag shall not be removed and no
further construction work will be performed on the unit, except as required during start-up
operations and directed by the City's Project Representative.
G. Defects which cannot be corrected by installation adjustments will be sufficient grounds for
rejection of any equipment.
H. All costs in connection with field testing of equipment such as lubricants, temporary
_ instruments, labor, equipment, etc., shall be borne bythe Contractor. Power, fuel, chemicals,
water, etc. normally consumed by specific equipment shall be supplied bythe Owner uniess
otherwise specified in the individual equipment specifications.
I. The Contractor shall be fully responsible for the proper operation of equipment during tests
and instruction periods and shall neither have nor make any claim for damage which may
occur to equipment prior to the time when the Owner formally takes over the operation
thereof.
J. Field testing of electric motors shall be in accordance with Section 11 0513, Electric Motors
and Section 26 05 00, Electrical General Provisions.
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 15 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
3.07 VIBRATION TESTING
A. Unless specified otherwise in the detailed equipment sp�cifications, each pump, blower,
compressor, motor or similar item of stationary rotating equipment having a rated power in
excess of 40HP shall be tested after installation for acce��table vibration levels.
B. Vibration testing shall be perFormed by an experienced factory-trained and authorized third-
party analysis expert (not a sales representative) retainec� by the Contractor and approved
by the City's Project Representative. Each unit or pump system shall be tested separately
without duplicate equipment running. All field testing shall be done in the presence of the
City's Project Representative. The City's Project Representative shall be furnished with four
(4) certified copies of vibration test data for each test per�ormed.
C. For systems with variable speed drives, tests shall be conducted atvarious speeds between
maximum and minimum. For systems with two-speed d��ives, tests shall be conducted at
both speeds. For systems with constant-speed drive, tests shall be conducted under various
loading conditions as determined by the City's Project Representative.
D. All field vibration tests shall be performed with the equipment operating on the product for
which it is intended, or a substitute acceptable to the Cit��'s Project Representative.
E. The term displacement, as used herein, shall mean total peak-to-peak movement of
vibrating equipment, in mils; velocity or speed of the vibration cycle, measured in G's.
Displacement and velocity shall be measured by suitable equipment equal to IRD
Mechanalysis, Bentley, Nevada.
E. Frequency of vibration, in cycles per minute (cpm), sh�ll be determined when vibration
exceeds specified levels or as otherwise necessary. Vibration shall be measured on the
bearing housing, unless other locations are deemed necessary by the vibration analysis
expert and City's Project Representative.
F. For all equipmenttested, vibration shall be checked in the �adial and axial directions. Unless
otherwise specified elsewhere, axial vibration shall not exceed 0.1 in/sec; and radial
vibration shall not exceed 0.2 in/sec. For pumps radi�_I vibration shall not exceed that
permitted bythe Hydraulic Institute Standards except that, atvibration frequencies in excess
of 8,000 cpm, the velocity shall not exceed 0.2 in/sec.
G. Copies of test results shall be submitted to the City's P;oject Representative for review.
Should the vibration field test results exceed shop ��est results, the manufacturer's
recommendations, orthe limits specified herein, the Contractorshall correctthe deficiencies
within thirty (30) days. After corrections have been compl�ted, the vibration testing shall be
re-run and the results re-submitted to the City's Project Representative for review.
H. Noise or vibration in any rotating equipment which the Cifi�'s Project Representative judges
to be excessive or damaging, shall be cause for rejection.
3.08 FAILURE OF EQUIPMENT TO PERFORM
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 16 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
A. Any defects in the equipment, or failure to meet the guarantees or performance
requirements of the Specifications shall be promptly corrected by the Contractor by
replacements or otherwise.
B. If the Contractor faiis to make these corrections, or if the improved equipment shall fail again
to meet the guarantees or specified requirements, the Owner, notwithstanding his having
made partial payment for work and materiais which have entered into the manufacture of
said equipment, may reject said equipment and order the Contractor to remove it from the
premises at the Contractor's expense.
C. The Contractor shall then obtain specified equipment to meet the contract requirements or
upon mutual agreement with the Owner, adjust the contract price to reflect not supplying the
specific equipment item.
D. In case the Owner rejects said equipment, then the Contractor hereby agrees to repay to the
Owner all sums of money paid to him for said rejected equipment on progress certificates or
otherwise on account of the lump sum prices herein specified.
E. Upon receipt of said sums of money, the Owner will execute and deliver to the Contractor a
bill of sale of all his rights, title, and interest in and to said rejected equipment; provided,
however, that said equipment shall not be removed from the premises until the Owner
obtains from other sources other equipment to take the place of that rejected.
F. Said bili of sale shall not abrogate Owner's right to recover damages for delays, losses, or
other conditions arising out of the basic contract.
3.09 PAINTING
A. All surface preparation, shop painting, field repairs, finish painting, and other pertinent
detailed painting specifications shall conform to applicable sections of Section 09 91 00,
Painting.
B. Ali shop coatings shall be compatible with proposed field coatings.
C. All inaccessible surfaces of the equipment, which normally require painting, shall be finished
painted by the manufacturer. The equipment and motor shall be painted with a high quality
epoxy polyamide semi-gloss coating specifically resistantto chemical, solvent, moisture, and
acid environmental conditions, unless otherwise specified.
D. Gears, bearing surfaces, and other unpainted surfaces shall be protected priorto shipment
by a heavy covering of rust-preventive compound sprayed or hand applied which shall be
maintained until the equipment is placed in operation. This coating shali be easily
removable by a solvent.
3.10 WELDING
A. The Equipment Manufacturer's shop welding procedures, welders, and welding operators
shall be qualified and certified in accordance with the requirement of AWS D1.1 "Structural
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 17 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Welding Code - Steel" orAWS D1.2 "Structural Welding Code - Aluminum" of the American
Welding Society, as applicabie.
B. The Contractor's welding procedures, welders, and welding operators shall be qualified and
certified in accordance with the requirements of AWS D1. i"Structural Welding Code - Steel"
or AWS D1.2 "Structural Weiding Code - Aluminum" of tE�e American Welding Society, as
applicable.
C. The Contractor shall perform all field welding in conforma��ce with the information shown on
the Equipment Manufacturer's drawings regarding location, type, size, and length of all welds
in accordance with "Standard Welding Symbols" AWS A2.0 of the American Welding
Society, and special conditions, as shown by notes and details.
- END OF SECTION -
EQUIPMENT GENERAL PROVISIONS 11 00 00 - 18 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 11 05 13
ELECTRIC MOTORS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish all labor, materials, tools and equipment necessary for
furnishing, installing, connecting, testing and placing into satisfactory operation all electric
motors as shown on the Drawings and specified herein. All motors required forthis Contract
shali compiy with this Section unless otherwise noted.
1 A2 SUBMITTALS
A. in accordance with the procedures and requirements setforth in the General Conditions and
Section 01 33 00, Submittals, the Contractor shall obtain from the equipment manufacturer
and submit the following:
1. Shop Drawings.
2. Spare Parts List.
3. Special Tools List.
4. Proposed Testing Methods and Reports of Certified Shop and Field Tests.
B. Each submittal shall be identified by the applicable specification section.
1.03 SHOP DRAWINGS
A. Each submittal shall be complete in all respects, incorporating all information and data listed
- herein and all additional information required for evaluation of the proposed equipment's
compliance with the Contract Documents.
B. Partial, incomplete or illegible submittals will be returned to the Contractorwithout reviewfor
resubmittal.
C. Individual shop drawings for electric motors shall be submitted in accordance with the
procedures and requirements set forth in the General Conditions and Section 01 33 00,
Submittals, unless submitted as a part of the shop drawings for the driven equipment.
D. Shop drawings for electric motors shall include motor data sheets, dimensioned drawings,
wiring diagrams (space heaters, temperature devices, etc.) identifying electric characteristics
and design, mechanical construction, manufacturer's name, type and pertinent specifications
for the use intended, along with the name of the equipment to be driven. For motors rated
" 50 horsepower or more, submittal of motor data for acceptance shall include, as a minimum,
the following:
0
�
0
J
O
1. Manufacturer's type and frame designation �
2. Horsepower rating
3. Time rating (per NEMA Standards)
ELECTRIC MOTORS 11 05 13 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
4.
5.
6
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
Ambient temperature rating
Insulation system designation (see Item r. for full description)
RPM at rated load
Frequency
Number of phases
Rated-load amperes
Voltage
Code letter (starting KVA per horsepower)
Design letter for integral horsepower induction motors (per NEMA Standards)
Service factor
Temperature rise at full load and at service factor load
Efficiency at 1/4, 1/2, 3/4 and full load
Powerfactorat 1/4, 1/2, 3/4 and fuil load
Motor outline, dimensions and weight
Insulation system description
Horsepower required by connected machine at specified conditions (load curves)
shall be supplied for all compressors, propeller and positive displacement pumps.
The foregoing data shall also be verified after manufacture and shall be included with the
information to be furnished in the operation and maintenance manuals specified.
E. The shop drawing information shall be complete and orga �ized in such a way that the City's
Project Representative can determine if the requirements of these Specifications are being
met. Copies of technical bulletins, technical data sheets from "soft-cover" catalogs, and
similar information which is "highlighted" or somehow identifies the specific equipment items
the Contractor intends to provide are acceptable and sh�;ll be submitted.
PART 2 -- PRODUCTS
2.01 MANUFACTURERS
A. The equipment covered by this Specification is intended to be standard equipment of proven
performance as manufactured by reputable concerns. Equipment shall be designed,
constructed and installed in accordance with the best �ractices of the trade, and shall
operate satisfactorily when installed as shown on the Dr�wings.
B. Electric motors shall be manufactured by Reliance Electric Company; U.S. Motors Division,
Emerson Electric Company; Toshiba Industrial and Powei� Systems, Inc.; Siemens Energy &
Automation, Inc.; or Generai Electric Company.
2.02 MATERIALS AND CONSTRUCTION
A. Motors shall be built in accordance with the latest standards of NEMA, including, but not
limited to MG-1 and MG-2, IEEE, ANSI and to the requirements specified herein.
B. Type
Unless otherwise noted, motors specified herein a�e polyphase squirrel cage, NEMA
Design B, or single phase capacitor or repulsion start induction motors. Speciai
ELECTRIC MOTORS 11 05 13 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
equipment requiring a motor drive with unusual characteristics shall be equipped
with a definite purpose motor to meet the necessary requirements.
2. Unless otherwise shown or specified, all motors 1/2 horsepower or larger shall be
three- phase, 60 Hertz, NEMA Design B, squirrel cage induction motors designed for
operation at 480 volts or greater as specified herein or shown on the Drawings.
3. Unless otherwise specified in the individual motor specification for the driven
equipment, or as required by the dynamic characteristics of the load as determined
by the manufacturer of the machine to be driven, all polyphase squirrel cage motors
shall be designed to withstand the starting voltage shown on the Drawings and shall
have torque and locked rotor current characteristics as specified for NEMA Design B
motors.
4. All motors 2 horsepower and smaller shall have windings encapsulated with a
flexible epoxy compound, or insulated with a fiexible epoxy compound, or insulated
with the manufacturer's premium quality system which shall be subject to acceptance
by the City's Project Representative.
5. All motors above 3 horsepower shall have stator windings vacuum impregnated with
a polyester insulation compound.
6. Unless otherwise noted, all motors smaller than 1/2 horsepower shall be standard
single-phase capacitor start or repulsion start induction type designed for operation
on 120 volts or 208 volts, 60 Hz alternating current. The motor shall deliver rated
load without exceeding a 80 degrees C temperature rise while operating in a 40
degrees C ambient temperature. Small fan motors less than 1/4 HP may be
split-phase or shaded pole type as standard with the drive. Shaded pole motors
rated more than 1/4 horsepower wili not be approved. Fractional horsepower motors
shall be completely equipped with all necessary auxiliary components for starting
and labeled as "Thermally Protected". Insulation shall be Class B, except that
submersible motors shall have epoxy encapsulation. Unless otherwise noted, the
motors shall be totally enclosed. Small fan motors may be of the open type where
they are suitably protected from moisture dripping and lint accumulation. Motors
shall be provided with sealed ball bearings lubricated for 10 years normal use.
7. Where specified, vertical hollowshaft motors shall be designed to carrythe motors',
pumps', and associated equipment's full thrust. The motors shall be equipped with
grease lubricated spherical roller thrust bearings and lower radial guide bearings.
Vertical hollowshaft motors shall be fitted with nonreversing ratchet assemblies
where specified. Vertical adjustment shail be provided by means of a lockable nut at
the top of the shaft.
8. Vertical hollowshaft motors shall have adequate thrust bearings to carry all motor
loads and any other operating equipment loads. Horizontal motors shall not be
installed where subjected to external thrust loads except where special motor
construction is approved by the City's Project Representative.
E�ECTRIC MOTORS 11 05 13 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. Rating
Each motor shall develop ample torque for its required service through its
acceleration range and throughout its rated load range. The rating of the motors
offered shail in no case be less than the horsepower shown on the Drawings or
elsewhere specified. It should be noted that the motor sizes indicated on the
Drawings or as otherwise specified herein, are m�tor sizes required to operate the
specific equipment which is specified. Higher rated motor sizes may be determined
from the actual equipment submitted, approved, p�rchased, and installed. Overload
protection, starters, disconnect switches, and other necessary equipment shall be
furnished and installed for the actual motor sizes required at no additional cost.
2. Motor ratings shall be based on continuous operation in an ambient temperature.
The maximum temperature rise for open and drip �roof type motors shall not exceed
90 degrees C, and for totally enclosed type motors shall not exceed 80 degrees C.
D. Insulation
Insulation shall be as specified for each partic��lar type or class of motor. The
insulation system shall provide a high dielectric strength, long life covering for the
windings which may be required to operate in a continually damp and chemically
contaminated environment. The insulation shall be resistant to attack by moisture,
acids, alkalies, abrasives, and mechanical and thermal shock. Leads shall be
sealed with a non-wicking, non-hydroscopic insulation material.
2. Motor insulation resistance may be checked at any time after delivery to the job site
or during the warranty period. Encapsulated motor stators may be subjected to
insulation testing while completely submerged in �,vater. Any motor not meeting the
requirements specified herein will be rejected and shail be promptly replaced at no
cost to the Owner.
3. Torque and locked rotor current characteristics for three phase motors shall be
NEMA Design B. The locked rotor KVA/HP input at full voltage for 10 horsepower.
motors and larger shall not exceed that permitted for Code Letter "J", except for
specialized equipment requiring a motor drive witr� special definite characteristics.
4. Unless otherwise specified, non-inverter duty motors shall be furnished with a Class
F insulation system. Unless otherwise specified, inverter duty motors shall be
furnished with a Class H insulation system. In eith�r case, temperature rise shall be
limited to that for Class B insulation. Output torque and speed characteristics of
each motor shall be suitable to operate the driven equipment through the full range
of acceleration and operating load conditions w�thout exceeding the nameplates
current rating, and/or temperature rise.
E. Nameplates
The motor manufacturer's nameplates shall be engraved or stamped on stainless
steel and fastened to the motor frame with No. 4 or larger oval head stainless steel
screws or drive pins. Nameplates shall include as a minimum, Items a through m as
listed in Article 1.03 in addition to that required by �EMA standards. The nameplate
ELECTRIC MOTORS 11 05 13 - 4 VCW RF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
shall be positioned so as to be readily visible for inspection in the completed
machine.
F. Design
Motors shall be designed to accelerate and drive the connected equipment underall
normal operating conditions without exceeding nameplate ratings.
2. Motors specified for operation with variable frequency drives shall be inverter duty
and shall be designed to output 100 percent of nameplate horsepower under
continuous duty service without exceeding the temperature rise specified herein
when controlled by the actual drives furnished. Inverter duty motors shall be
designed to operate down to 10% of full load speed without the need for a line
powered cooling fan.
3. Unless otherwise specified, electric motors shall be furnished with service factors in
accordance with NEMA MG-1 as follows:
Type of Motor
Non-inverter Duty
Inverter Duty
Service Factor
1.15
1.0
4. Design selection with respect to the driven machine shall be such that the
requirements do not exceed 85 percent of the motors' maximum rating modified by
service factor, ambient temperature, enclosure, altitude and electrical service. The
electricai service conditions shall be assumed to be 10 percent undervoltage,
5 percent underfrequency, and 3 percent voltage unbalance. Altitude shall be
assumed to be the plant elevation plus 10 percent. Ambient temperature shall be
assumed to be 95 degrees F in exterior locations, 104 degrees F(40 degrees C) in
interior locations, and 122 degrees F(50 degrees C) within housings or enclosures;
exceptwhere highertemperatures may be encountered within oron individual items
of equipment. The applicable paragraphs of NEMA MG-1 shall be used in making
the design selection.
5. Motors used with belt drives shall have sliding bases to provide for belt take up.
6. Terminal boxes shall be of sufficient size to accommodate the required quantity and
size of conduits. Gasketed terminal boxes shall be furnished with all splash-proof
and totaily enclosed motors. NEMA ratings of the terminai boxes shall be suited for
the application. Motors located in hazardous locations shall be furnished with
terminal boxes suitable for the specific Class, Division, and Group suitable for the
application. Terminal boxes shall be sized to accommodate accessory equipment
such as motor differential current transformers.
7. Terminal boxes for horizontal motors shall be located on the left-hand side when
viewing the motor from the drive shaft end and shall be so designed that conduit
entrance can be made from above, below, or either side of the terminal box.
8. Motors larger than 250 hp shall be manufactured with the six stator coil leads wired
to the motor junction box for application in a differential relay scheme. Current
ELECTRIC MOTORS 11 05 13 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
transformers shall be provided by the motor manufacturer and installed in the factory.
All ground connections and current transformer connections shall be made in the
factory.
G. Construction
Frames, mounting means, and shafts shall meet NEMA Standards for the
horsepower, RPM, and enclosure selected. Encicsures shall be selected according
to the degree of inechanical protection required and shall not be of aluminum
construction. All motors shail have a manufacturer's standard shop machineryfinish,
consisting of a rust-resisting priming coat of zinc cnromate and a finish coat of alkyd
machinery enamel. Reference Section 09 91 00, Painting.
2. Motors shall have cast iron frames and a heavy gauge steel terminal box, with
neoprene gaskets between the frame and the box and between the box and its
cover. A grounding lug(s) shall be provided inside the terminal box.
3. Motors weighing more than 50 pounds shall be eq�ipped with at least one lifting eye.
All hardware shall be corrosion resistant.
4. Motors located in hazardous locations as defined by the NEC shall be totally
enclosed and suitable for the specific Class, Div:sion, and Group suitable for the
application.
5. Motors located in Class I or II, Division 1 hazardous locations shall bear the U.L.
label and shall be provided with a breather/drain approved for the hazardous
location. The U.L. listed breather/drain shall prevent the entrance of contaminants
while allowing moisture to drain out of the motor.
When located outdoors, or elsewhere if specified. motors shall be totally enclosed,
non-ventilated (TENV) or totally enclosed, fan-cooled (TEFC) machines, unless
otherwise noted. Totally enclosed motors shall be provided with two (2) 1/4 inch
drain holes drilled through the bottom of the framE, which allows complete drainage
of the frame. W here specified, TEFC motors controlled by a variable frequency drive
shall be provided with a separately powered cooli��g fan motor that runs at 60NZ to
ensure proper cooling of the motor at low speeds. Cooling fan motor shall be
suitable for 120VAC, single phase operation.
7. Unless otherwise specified in the equipment specifications, motors rated 100
horsepower or greater located outdoors, in unheated structures, in below grade
areas, or as otherwise indicated, shall be furnished with space heaters and
embedded motor winding high temperature switci�es with leads brought out of the
motorterminal box. Space heaters shall be suitable for 120VAC operation and fora
maximum surface temperature of less than 200 d�grees C. Spare heaters shall be
of sufficient wattage to maintain the interna temperature of the motor at
approximately 10 degrees C above the ambient temperature when the motor is not
running.
Embedded motor winding temperature switches shall operate at temperatures well
belowthe temperature rating of the motorwinding insulation system. Motorwinding
ELECTRIC MOTORS 11 05 13 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
temperature switches are not required where other temperature monitoring devices
(e.g. RTD's) are required.
8. Unless otherwise specified in the equipment specifications, motors rated 200HP or
greater that are controlled by a VFD shall be furnished with resistance thermal
detectors (RTD's) embedded in the stator windings, two per phase. RTD's shall be
pre-wired to terminal blocks located in a separate terminal box as specified herein.
9. Unless otherwise specified in the equipment specifications, motors rated less than
200HP that are controlled by a VFD shall be furnished with motor winding high
temperature switches embedded in the statorwindings with the leads brought out to
the motor terminal box.
10. If so specified and when located in indoor areas which are heated and weatherproof,
motors shall be open drip-proof machines. Ventilation openings shall be arranged to
prevent the entrance of drops of liquid or solid particles at any angle from zero to 15
- - degrees downward from vertical.
11. Unless otherwise specified, or required, motors rated less than 200 horsepower
shall be furnished with bearings of the grease lubricated, antifriction ball type with
conveniently located grease fittings and drain plugs. A means of preventing
� bearings from becoming overgreased shall be provided. Bearings shall have a
minimum B-10 life of 20,000 hours.
12. Rotors shall be statically and dynamically balanced. Rotor windings shall be
one-piece cast aluminum. Where applicable, rotors shall be constructed with
integral fins.
H. Power Factor and Efficiency
1. All motors, including vertical holiowshaft motors, in the range of 1-500 horsepower,
inciusive, shall be designed specifically for energy efficiency and high power factor.
The motor efficiency and power factor shall meet or exceed the values listed in the
table below when the motors are tested in accordance with the NEMA preferred test
method IEEE 112A, Method B, Dynamometer. Each motorshall meetthe minimum
guaranteed efficiency value indicated in the table below. All tests shall be perFormed
in accordance with the procedures contained in NEMA Standard MG1-12.58.
ELECTRIC MOTORS 11 05 13 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
TABLE 12-11
FULL-LOAD EFFICIENCIES OF ENERGY EFFICIEN� MOTORS
ENCLOSED MOTORS
2 POLE 4 POLE 6 PGLE 8 PO�E
Nominal Minimum Nominal Minimum Nominal Minimum Nominai Minimum
HP Efficienc Efficienc Efficienc Efficiency Efficienc Efficiency Efficienc Efficiency
1 75.5 72 82.5 80 80 77 74 70
1.5 82.5 80 84 81.5 85.5 82.5 77 74
2 84 81.5 84 81.5 86.5 84 82.5 80
3 85.5 82.5 87.5 85.5 87.5 85.5 84 81.5
5 87.5 85.5 87.5 85.5 87.5 85.5 85.5 82.5
7.5 58.5 86.5 89.5 87.5 89.5 87.5 85.5 82.5
10 89.5 87.5 89.5 87.5 89.5 87.5 88.5 86.5
15 90.2 88.5 91 89.5 90.2 88.5 88.5 86.5
20 90.2 88.5 91 89.5 90.2 88.5 89.5 87.5
25 91 89.5 92.4 91 91.7 90.2 89.5 87.5
30 91 89.5 92.4 91 91.7 90.2 91 89.5
40 91.7 90.2 93 91.7 93 91.7 91 89.5
50 92.4 91 93 91.7 93 91.7 91.7 90.2
60 93 91.7 93.6 92.4 93.6 92.4 91.7 90.2
75 93 91.7 94.1 93 93.6 92.4 93 91.7
100 93.6 92.4 94.5 93.6 94.1 93 93 91.7
125 94.5 93.6 94.5 93.6 94.1 93 93.6 92.4
150 94.5 93.6 95 94.1 95 94.1 93.6 92.4
200 95 94.1 95 94.1 95 94.1 94.1 93
250 95.4 94.5 95 94.1 95 94.1 94.5 93.6
300 95.4 94.5 95.4 94s.5 95 94.1
350 95.4 94.5 95.4 94.5 95 94.1
400 95.4 94.5 95.4 94.5
450 95.4 94.5 95.4 94.5
500 95.4 94.5 95.8 95
ELECTRIC MOTORS 11 05 13 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
TABLE 12-12
FULL-LOAD EFFICIENCIES FOR NEMA PREMIUM�" EFFICIENCY ELECTRIC MOTORS
RATED 600 VOLTS OR LESS (RANDOM WOUND)
OPEN MOTORS
2 POLE 4 PO�E 6 POLE
Nominal Minimum Nominal Minimum Nominal Minimum
HP Efficienc Efficienc Efficienc Efficienc Efficiency Efficienc
1 77 74 85.5 82.5 82.5 80
1.5 84 81.5 86.5 84 86.5 81.5
2 85.5 82.5 86.5 84 87.5 81.5
3 85.5 82.5 89.5 84 88.5 86.5
5 86.5 84 89.5 84 89.5 87.5
7.5 88.5 86.5 91 89.5 90.2 88.5
10 89.5 87.5 91.7 90.2 91.7 90.2
15 90.2 88.5 93 91.7 91.7 90.2
20 91 89.5 93 91.7 92.4 91
25 91.7 90.2 93.6 92.4 93 91.7
30 91.7 90.2 94.1 93 93.6 92.4
40 92.4 91 94.1 93 94.1 93
50 93 91.7 94.5 93.6 94.1 93
60 93.6 92.4 95 94.1 94.5 93.6
75 93.6 92.4 95 94.1 94.5 93.6
100 93.6 92.4 95.4 94.5 95 94.1
125 94.1 93 95.4 94.5 95 94.1
150 94.1 93 95.8 95 95.4 94.5
200 95 94.1 95.8 95 95.4 94.5
250 95 94.1 95.8 95 95.4 94.5
300 95.4 94.5 95.8 95 95.4 94.5
350 95.4 94.5 95.8 95 95.4 94.5
400 95.8 95 95.8 95 95.8 95
450 95.8 95 96.2 95.4 96.2 95.4
500 95.8 95 96.2 95.4 96.2 95.4
NOTES:
(1) Motor data for continuous duty, NEMA Design B, 1.15 service factor, 40 degrees
Celsius ambient, Class F insulation, 3 phase, 460 volt, at listed speed rating.
(2) TEFC efficiencies apply to both horizontal and vertical motors.
2. Motors rated 50 horsepower or greater shall be individually tested at the factory
before shipment, with a copy of test results provided for the City's Project
Representative, to assure compliance with the efficiency and power factor
specifications.
ELECTRIC MOTORS
11 05 13 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Power Factor Correction
The power factor shall be corrected as necessary to achieve 85% (minimum) with
capacitors sized and installed per manufacturer's recommendations. Capacitors
shall be installed such that the motor shall not be damaged by overvoltage or
excessive transient electrical torque. The capacit�r(s) shall be connected as close
as possible or directly to the motor terminals. Any powerfactor corrections shall not
decrease the motor efficiency below the stated minimum requirement of this
Specification. Ail power factor corrections shall �e noted on the Shop Drawings
submitted to the City's Project Representative for approval. POWER FACTOR
CORRECTION, TO ACHIEVE 85%, SHALL BE PROVIDED ON ALL MOTORS
ABOVE 15 HORSEPOWER EXCEPT FOR THOSE MOTORS CONTROLLED BY
VARIABLE FREQUENCY DRIVES (VFD'S).
2. When required, power factor correction capacitors shall be connected on the line
side of �type of reduced voltage starting motorcontroller (e.g. RVAT, RVSS, Part-
Winding, Wye-Delta, etc.).
2.03 TOOLS, SUPPLIES AND SPARE PARTS
A. Each motor shall be furnished with all special tools necessary to disassemble, service,
repair, and adjust the equipment. All spare parts as recommended by the equipment
manufacturer shall be furnished to the Owner by the Cor:tractor.
PART 3 -- EXECUTION
3.01 INSTALLATION
A. Motors shall be installed as shown on the Drawings and in accordance with the
manufacturer's installation instructions.
3.02 DELIVERY, STORAGE, AND HANDLING
A. Motors shall be properly protected from weather hazards. Motors shall not be allowed to be
wrapped tightly in plastic while outdoors. Motors delivered to the site which will not be put in
service for a time in excess of 30 calendar days, whether in storage or installed, shall have
the shafts rotated a minimum of five (5) rotations every 30 days.
B. Motors provided with space heaters shall have temporarl power applied to the heaters no
later than 30 calendar days after delivery to the site until p�rmanent power can be applied to
the heaters.
C. Motors that, in the opinion of the City's Project Representative, have not been properly
protected shall be inspected by the manufacturer's representative. Any required electrical
corrections for testing shall be made at the Contractor's e;:pense prior to acceptance and/or
use.
D. All motors shall operate without any undue noise or vibration and shall show no signs of
phase unbalance.
ELECTRIC MOTORS 11 05 13 - 10 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
3.03 TESTING
A. All tests shall be performed in accordance with the requirements of the General Conditions
and Division 1. The following tests are required:
1. Witnessed Shop Tests
a. All motors shall be shop tested and inspected in accordance with the
equipment manufacturer's standard procedures. Shop tests for motors 100
horsepower and larger may be witnessed by the City's Project
Representative. The manufacturer's testing and inspection procedures shall
demonstrate that the equipment tested conforms to the requirements
specified, all other applicable requirements, and shail be approved by the
City's Project Representative. At least 10 days notice shall be given the
City's Project Representative prior to tests and inspection dates.
b. In addition to the efficiency and power factor testing specified herein, each
motor shall be tested to determine compliance with the applicable
requirements of the IEEE, ANSI and NEMA. Tests shall be as follows:
(1) Motors less than 50 HP
(a) Each motor shall be subjected to a standard, short
-- commercial test including the following:
i) Running current, no load
ii) Locked rotor current
iii) High potential
iv) Winding resistance
v) Bearing inspection
(2) Motors between 50 and 100 HP
(a) Each motor shall be subjected to the above tests and shall be
furnished with certified test results.
(3) Motors larger than 100 HP
(a) Each motor shall be furnished with certified test results. Each
motor shall be subjected to a complete test consisting of full
load heat run, percent slip, running load current, locked rotor
current, breakdown torque (calculated), starting torque,
winding resistance, high potential, secondary current and
voltage at collector rings (wound rotor), efficiencies at 100, 75
and 50 percent of full load, power factors at 100, 75 and 50
_ percent of full load and bearing inspection. Tests will be
witnessed by the City's Project Representative where
specifically indicated.
ELECTRIC MOTORS 11 05 13 - 11 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
(4) Test Reports
(a) All test results for motors over 100 horsepower shall be
submitted to the City's Project Representative for approval.
Copies of witnessed test raw data shall be submitted to the
City's Project Representati��e immediately upon completion of
such tests.
2. Field Tests
Field tests shall be performed in accordance with the requirements specified
in the General Conditions, Division 01, and Section 26 05 00, Electrical
General Provisions.
b. All electric motors furnished for this project one (1) horsepower or larger shall
have the information required in the following tabulation completed. See
Exhibit "A" on following page.
All field testing shall be witnessed by the City's Project Representative.
ELECTRIC MOTORS 11 05 13 - 12 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
(EXHIBIT A)
MOTOR TEST RECORD
Measured
Amperage
Motor Namepiate Under Normal
Identification Specified Nameplate Amperage Operating
Remarks Location Horsepower Horsepower (FLA) Conditions
- END OF SECTION -
ELECTRIC MOTORS
11 05 13 - 13 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 22 05 29
PIPE SUPPORTS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Reference Section 05 05 23, Metal Fastening.
B. Reference Section 33 05 00, Basic Mechanical Requirements.
PART 2 -- PRODUCTS
2.01 HANGERS AND SUPPORTS
A. All piping shall be adequately supported and braced by means of adequate hangers,
concrete piers, pipe supports, brackets, or otherwise as may be required by the location.
Generally, concrete supports shall be used where pipe centerline is less than 3 feet above
floor, and hangers above 6 feet unless specified or shown otherwise. Supports shall be not
more than 10 feet on center for steel and cast iron, 5 feet on center for plastic unless
otherwise shown on the Drawings or required by the specific manufacturer. All necessary
inserts or appurtenances shall be furnished and installed in the concrete or structures for
_ adequately securing hangers and supports to the structure.
B. Hangers and supports shall conform to the following requirements:
1. Ail hangers and supports shall be capable of adjustment after installation. Types of
hangers and supports shall be kept to a minimum.
2. Hanger rods shall be straight and vertical. Chain, wire, strap, or perforated bar
hangers shall not be used. Hangers shall not be suspended from other piping.
3. Vertical piping shall be supported at each floor and between floors by stays or
braces to prevent rattling and vibration.
4. Supports and hangers for plastic piping shall include wide saddles or bands as
recommended by the manufacturer and approved by the City's Project
Representative to distribute load and thus avoid localized deformation of the pipe.
5. Hanger and supports shall prevent contact between dissimilar metals by use of
copper plated, rubber, vinyl coated or stainless steel hangers.
0
CJ
O
6. Ferrous pipes to be painted shall be painted in accordance with Section 09 91 00 - �
--- Painting. Ferrous pipes that do not require painting shall be supported by galvanized
hangers and supports.
PIPE SUPPORTS 22 05 29 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
7. Copper piping shall be supported by plastic coated or copper plated steel fiangers
and supports.
Plastic piping shall be supported by plastic coated steel hangers and supports.
Hangers and supports shall provide for therm�l expansion throughout the full
operating temperature range.
10. Expansion type anchors used for pipe hangers and supports shall be Type 316
stainless steel.
C. All metaliic hangers and supports shall be standard make �yAnvil International, Inc., "Witch"
by Carpenter & Paterson, Ltd., B-Line Systems, Inc., or �qual; and data on the types and
sizes to be used shall be furnished to the City's Project Reoresentative for approval. Metallic
support system brackets, rods, support clips, clevis hangers, hardware, etc. shall be cast
iron or welded steel construction.
D. Non-metailic support system shall be a heavy duty channel framing system. Channei frames
shall be manufactured by the pultrusion process usirg corrosion grade polyester or
vinylester resins. All fiberglass construction shall include suitable ultraviolet inhibitors for UV
exposure and shall have a flame spread rating of 25 or less per ASTM E84. Piping
accessories, pipe clamps, clevis hangers, support posts, support racks, fasteners, etc., shall
be constructed of vinylester or polyurethane resin. Non-metailic support systems shall be
standard make Aickinstrut by Aickinstrut, Inc., Unistrut Fi�erglass by Unistrut, Inc., Enduro
Fiberglass Systems, or equal. The Contractor shall subrnit data on the types and sizes of
approval. Unless otherwise shown or specified the Contractor shail provide support
spacings in the conformance with the pipe and support system manufacturer's requirements.
2.02 PROCESS AIR PIPE SUPPORTS
A. Process air piping shall be supported by slide bearings �s manufactured by Fluorocarbon
Company, Anaheim, California, Anvil International, Inc., Portsmouth, New Hampshire, or
equal.
B. The slide bearing material shall be 3/32 inch thick, 25 percent glass-fiber reinforced
structural grade tefion. The bearing material shall withsta�d at least 1000 psi (compression)
at 210°F with a coefficient of friction between .05 and.08. The performance of bearing and
bonding materials shall be unaffected by continual immersion in wastewater containing
domestic and industrial waste at a temperature of 210°F.
C. Non-submerged slide bearing type supports shall be provided with a bearing material
covering a 120° arc centered at the bottom of the pipe. T�e teflon shall be at least 4 inches
wide at the underside of the pipe and 8 inches wide at t:�e top of the support. The teflon
material shall be hot press bonded to 10 ga. stainless steul plates for welding to the bottom
of the pipe and securing to the top of the support.
D. Submerged slide bearing type supports shall be provided with teflon bonded to the
underside of the hold down strap and the top of the pipe such that the sliding surface is
PIPE SUPPORTS 22 05 29 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
formed between two sheets of teflon. Each surface shall cover a 120° arc centered at the
top of the pipe. On the underside of the strap the teflon bearing shall be hot press bonded
directlyto the stainless steei strap orto a 10 ga. stainless steel plate forwelding to the strap.
At the top of the pipe, the teflon shall be bonded to a 10 ga. stainless steel plate for welding
to the pipe.
E. Pipe straps shall not tightly bind the pipe but shall provide 3/32 inch clearance over the top
180° of the pipe surface.
F. Wail bracket supports shall be used where shown for pipe to be instailed adjacent to a wall.
Where it is not feasible to install hanger supports, adjustable pipe saddie supports may be
used with the permission of the City's Project Representative. Concrete pier supports shall
be spaced at a maximum distance of 10 feet and shall be at least one (1) foot square unless
otherwise shown on the Drawings.
G. Small diameter piping (6-inches in diameter or less) shall not be strapped or otherwise
secured directly to walls. Suitable wall offset brackets of an approved type shall be used.
Anchors shall not be attached using percussion fasteners.
H. Sliding surfaces shall be protected from accumulation of dirt, grit, or other foreign matter.
Slide bearings shall be capable of adequately supporting the design loads and shall be
attached to pipe and supports as specified and recommended by the manufacturer.
J. The slide bearings shall be installed in the locations shown or indicated on the Drawings, at
required elevations, true to orientation and level, assuring that the correct half of each
bearing is in its proper position. The Contractor shall store the bearings to protect them from
mechanicai damage prior to installation, and shall protect the same during and after
installation from contamination and damage due to placing of concrete and other materials.
The Contractor shall clean the operating surFaces of bearings thoroughly before final
assembly.
K. The Contractor shall note that all pipe support locations are not shown on the Drawings, and
shall foliow the Specifications herein in locating supports. Where deviations and
modifications are required, they shall be made oniy with the permission of the City's Project
- Representative. A detailed layout of pipe supports and hangers shall be submitted for
approval.
- END OF SECTION -
PIPE SUPPORTS 22 05 29 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 22 07 19
INSU�ATION
' _ : �i�el��i�:7_l�
1.01 THE REQUIREMENT
A. The Contractor shall furnish and install insulation as shown on the Drawings or
otherwise specified. Insulation shall not be installed until piping has been field tested
and approved by the Owner. The Contractor shall protect the insulation from moisture at
all times.
B. Reference Section 33 05 00, Basic Mechanical Requirements.
��:��+�,.Z�7�1�1��
2.01 INSU�ATED PROCESS/CHEMICAL PIPING
A. Fiberglass insulation shall be Owens Corning Fiberglass Corp., Fiberglass 25ASJ/SSC;
Certain Teed Products Corporation, Certain Teed snap-on ASJ/SSL; or equal.
___ Insulation shall be heavy density sectionai pipe insulation with vapor barrier and
self-sealing lap. Minimum density insulation density shall be 6 pounds per cubic foot.
-- Contractor shall use manufacturer's recommended adhesives and tape for jointing
material. Fittings shall be molded fiberglass. Minimum insulation thickness shall be
1-1/2 inches for 4" diameter pipe and larger, and 1 inch for smaller pipe.
B. Weatherproof insulation jacket for process piping shall be Certain Teed Products
Corporation; Childers Products Company, Lock On and Slip On; or equal. Jacket shali
be smooth embossed aluminum metal jacket with minimum thickness 0.016 inches thick
for interior installations and at least 0.031 inches thick for e�erior installations.
Fastening shail use preformed "2"-lock seam with 2 inch butt strap with sealant. Bonds
shail be 1/2 inch aluminum with wing seais. Fittings shall be prefabricated 0.016/0.031
inches thickness aluminum.
1. Contractor shall install weather proofing for outdoor piping. The field applied
jacket with moisture barrier shall be slipped around pipe into preformed 2-lock
position. Butt ne� jacket section adjacent to previous section leaving 3/8 inch
___ gap. Place preformed 2 inch butt strap with sealant over the seam and secure
with 1/2 inch aluminum band and wing seal. Contractor shall install preformed
fittings identical in composition to pipe jacketing at all fittings.
0
C. Insulation fitting covers and jacket for chemical piping shall be Zeston 2000 PVC by �
�
Manville, or equai. Fitting covers shall fit snugly over fittings, including all elbows and A
valves, etc. Jacketing shall be high-impact UV-resistant covering for insulated piping
and shall match fitting covers. Fitting covers and jackets shall be white and suitable for
INSULATION 22 07 19 - 1 VCWRF GBT Addition
City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
painting. PVC jacketing shall be 30 mil thick and sha l be factory curled to fit snugly.
Fitting covers and jacketing shall be secured with tacks.
D. The Contractor shall insure that surfaces of pipes, valv�s, heat tracing, and fittings are
clean and dry prior to installation of insulation. Insulation shall be installed so as to
make surfaces smooth, even, and substantially fiush with the adjacent insulation. The
Contractor shall follow the manufacturer's application in�tructions for the materials used.
PART 3 -- EXECUTION
(NOT USED)
- END OF SECTION -
INSULATION 22 07 19 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen an� Sawyer Project No. 60000-000
SECTION 22 33 33
PLUMBING WATER HEATERS
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this Section.
B. Specifications throughout ali Divisions of the Project Manual are directiy applicabie to
this Section, and this Section is directly applicable to them.
1.02 SUMMARY
A. The Contractor shall furnish all labor, equipment and material for the complete
installation of the electric water heater as indicated on the Drawings and specified
herein.
1.03 SUBMITTA�S
A. The Contractor shall submit shop drawings on all equipment, accessories and
appurtenances and all fabrication work or other mechanical work required, all in
accordance with the requirements of Division 1, Submittals.
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. Proposed installation methods.
4. Spare parts list
C. The Contractor shall obtain from the manufacturer and submit to the City's Project
Representative copies of the results of all certified shop tests.
D. The Contractor shall obtain from the manufacturer and submit to the City's Project
Representative copies of certified letters of compliance in accordance with the
Specifications.
PLUMBING WATER HEATERS 22 33 33 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
E. The Contractor shali submit operation and maintenance manual in accordance with the
procedures and requirements set forth in the Generai Conditions and Division 1.
Operation and Maintenance Manuals for all equipment.
1.04 DELIVERY, STORAGE AND HANDLING
A. Deliver, store, protect and handle products to the �roject Site under provisions of
Division 1.
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, enciosures and finish.
1.05 SCHEDULES ON DRAWINGS
A. In general, all capacities of equipment and fixtures c'�aracteristics are shown on the
Drawings. Reference shall be made to the Drawings fcr such information. Variations of
the scheduled equipment supplied under this Contrac# will be permitted only with the
written direction of the City's Project Representative and Owner.
1.06 MANUFACTURER'S INSTRUCTIONS
A. Installation of all equipment shall be in accordance witl-, manufacturer's data.
B. All changes from the installation procedures in manufacturers' data shall be submitted
for approval in accordance with the requirements for sr.op drawings.
C. Keep ail manufacturers' data provided in a secure m�nner at the job site at all times.
Catalog and index this data for convenient reference.
D. Manufacturers' data� shall be available for the informa�:ion of the Owner, City's Project
Representative, 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 accordanc�s with Division 1.
1.07 QUALITY ASSURANCE
A. Water heaters shall be in accord with ASHRAE 90A and the Texas State Energy
Conservation Office, Section IV ASME Code, National B�ard Registered and stamped
for 125 psi operating pressure, and U.L. �isted.
PART 2 -- PRODUCTS
2.01 ELECTRIC WATER HEATER (WH-1)
A. The water heater shall be electric with automatic controls and listed by UL.
PLUMBING WATER HEATERS 22 33 33 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
B. The water heater shall be as specified below:
1. Manufacturer and Model Information: A.O. Smith Model DSE-40, or equal
2. Minimum Nominal Tank Capacity: 35 gallons
3. Maximum kW Input: 36 kW
4. Recovery Rate at 100 Degree Temperature Rise: 148 gpm
' 5. Power Supply: 208 VAC, 3 phase
6. Maximum Full �oad Current: 100 amperes
C. The tank shail be heavy gauge steel with inner lining of improved glass, polymerized
hydrophobic plastic, or copper as called for in equipment schedule on the drawings.
Tank shall have heavy density insulation completely around tank, top and bottom. Ail
tank connections wiii be non-ferrous. There shall be hose threaded drain valve at
bottom of tank and any pipe nipples used in water connections shall have interior
surface to match interior surface of tank. Dielectric unions shall be used to connect
glass coated galvanized pipe nipples to copper water pipe.
D. The water heater shall have a segmented steel jacket with white baked on enamel finish.
- Jacket shall have provisions for access to ali controls and heating elements.
E. The heater shall be equipped with an ASME and AGA, approved for pressure and load,
relief valve piped to drain if available, or to 4-inches above floor.
F. Safety control shall include an electronic low water cut-off, automatic reset low pressure
and element protective device, immersion operating thermostats, and an automatic reset
immersion temperature limiting device.
G. The electrical heating element shali be heavy duty Incoloy compietely immersed in
water.
H. Acceptable manufacturers: A. O. Smith, PVI Industries, Ruud, or State.
PART 3 -- EXECUTION
3.01 WATER HEATER INSTALLATION
A. Water heaters shall be set dead level in both directions.
B. Water heaters shall have piping connections as shown on the drawings.
C. Water heaters shail be protected during construction and all solder or solder fiux
removed from the top.
D. Water heaters shall be cleaned and all construction dirt removed at the completion of the
PLUMBING WATER HEATERS 22 33 33 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
project.
E. Provide bladder type expansion tank on domestic coid water supply piping as required
by local Plumbing Code (latest edition).
- END OF SECTION -
PLUMBING WATER HEATERS 22 33 33 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 23 05 93
HVAC TESTING ADJUSTING AND BALANCING
PART 1 - GENERAL
1.01 THE REQUIREMENT
A. This Section specifies the requirements and procedures fortesting, adjusting, and balancing
the HVAC systems. Requirements inciude measurement and establishment of the fluid
quantities of the HVAC systems as required to meet design specifications as available from
the originai design and construction, and recording and reporting the results.
The foilowing HVAC systems shall be tested, adjusted and balanced:
1. Complete existing HVAC and odor control system for the existing Gravity Beit
Thickener building.
B. This Section does not include specifications for materials for patching HVAC systems, or
specifications for materials and instailation of adjusting and balancing devices. If devices
must be added to achieve proper adjusting and balancing, materials and installation
requirements shall be suitable to return the respective systems to a condition matching that
priorto adjusting and balancing. In addition, this Section does not include requirements and
procedures for piping and ductwork systems leakage tests.
1.02 DEFINITIONS
A. Systems testing, adjusting, and balancing is the process of checking and adjusting all the
building environmental systems to produce the design objectives. It includes the balance of
air and water distribution, the adjustment of total system to provide design quantities, the
electrical measurement, and the verification of performance of all equipment and automatic
controls.
1. Test: To determine quantitative performance of equipment.
2. Adiust: To regulate the specified fluid flow rate and air patterns at the terminal
equipment (e.g., reduce fan speed, throttling).
3. Balance: To proportion flows within the distribution system (submains, branches,
and terminals) according to specified design quantities.
4. Procedure: Standardized approach and execution of sequence of work operations
to yield reproducible results.
0
�
5. Report Forms: Test data sheets arranged for collecting test data in logical orderfor �
submission and review. These data should also form the permanent record to be
used as the basis for required future testing, adjusting, and balancing.
TESTING, ADJUSTING, BALANCING 23 05 93 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
6. Terminal: The point where the controlied fluid �nters or leaves the distribution
system. These are supply inlets on water terminals, supply outlets on air terminals,
return outlets on water terminals, and exhaust or �eturn inlets on air terminals such
as registers, grilles, diffusers, louvers, and hoods.
7. Main: Duct or pipe containing the system's majoi- or entire fluid flow.
Submain: Duct or pipe containing part of the sys`�ems' capacity and serving two or
more branch mains.
9. Branch Main: Duct or pipe serving two or more terminals.
10. Branch: Duct or pipe serving a single terminal.
11. Desiqn Conditions: Conditions and perFormance requirements forthe system(s) as
documented in the as-built documentation for the existing facility. Contractor should
reference City of Fort Worth Project EP42-070420160120, High Rate Clarification
Project Dated 10/5/2007 by Camp Dresser and fvicKee. Documents wiil be made
available to the Contractor following award of the project.
1.03 SUBMITTA�S
A. Submit proof that the Test and Balance Engineer assigned to supervise the procedures, and
the technicians proposed to perform the procedures meet the qualifications specified below.
B. Submit testing, adjusting, and balancing reports bearing ��he seal and signature of the Test
and Balance Engineer. The reports shall be certified pYoof that the systems have been
tested, adjusted, and balanced in accordance with th� referenced standards; are an
accurate representation of how the systems have been installed; are a true representation of
how the systems are operating at the completion of the testing, adjusting, and balancing
procedures; and are an accurate record of all final quantities measured, to establish normal
operating values of the systems. Follow the procedures and format specified below:
Final Report: Upon completion of testing, adjusting, and balancing procedures,
prepare final reports, type written, and organized and formatted as specified below.
Submit two (2) compiete sets of final reports.
2. Report Format: Report forms shall be those standard forms prepared by the
referenced standard for each respective item and system to be tested, adjusted, and
balanced. Bind report forms complete with schematic systems diagrams and other
data in reinforced, vinyl, three-ring binders. Provide binding edge labels with the
project identification and a title descriptive of the contents. Divide the contents of the
binder into the below listed divisions, separated by divider tabs:
General Information and Summary
Air Systems
Temperature Control Systems
3. Report Contents: Provide the following minimum information, forms and data:
TESTING, ADJUSTING, BA�ANCING 23 05 93 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
General information and Summarv: inside coversheetto identifytesting, adjusting,
and balancing agency, Contractor, Owner, Architect, City's Project Representative,
and Project. Include addresses, and contact names and telephone numbers. Also
include a certification sheet containing the seal and name, address, telephone
number, and signature of the Certified Test and Balance Engineer. Include in this
division a listing of the instrumentations used for the procedures along with the proof
of calibration.
The remainder of the report shall contain the appropriate forms containing as a
.- - minimum, the information indicated on the standard report forms prepared by the
AABC and NEBB, for each respective item and system. Prepare a schematic
diagram for each item of equipment and system to accompany each respective
report form.
_ 4. Calibration Reports: Submit proof that all required instrumentation has been
calibrated to tolerances specified in the referenced standards, within a period of six
months prior to starting the project.
1.04 QUALITY ASSURANCE
A. Test and Balance Personnel Qualifications: The personnei responsible for testing,
adjusting, and balancing the specified systems shall have at leastthree years experience in
testing and balancing systems similar to this project and shall be an employee of an
independent testing and balancing agency.
B. Codes and Standards:
1. NEBB, "Procedural Standards for Testing, Adjusting, and Balancing of
-- Environmental Systems."
2. ASHRAE Handbook, 1984 Systems Volume, Chapter 37, Testing, Adjusting, and
Balancing.
_ 1.05 SEQUENCING AND SCHEDULING
A. Systems shall be fully operational prior to beginning procedures.
B. Test, adjust and balance air conditioning systems during summer season and heating
systems during winter season, including at least a period of operation at outside conditions
within 5 deg F wet bulb temperature of maximum summer design condition, and within 10
deg F dry bulb temperature of minimum winter design condition. Take final temperature
readings during seasonal operation.
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.
TESTING, ADJUSTING, BALANCING 23 05 93 - 3 VCWRF GBT Addition
City Project No. 01847
Nazen and Sawyer Project No. 60000-000
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 Specification� shall be construed to permitwork
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 Gmendments of the following, as
applicable:
Air Conditioning and Refrigeration Institute (ARI)
Air Diffusion Council (ADC)
Air Moving and Conditioning Association (AMCA)
American Society of Heating, Refrigerating and Air Condifiioning Engineers, Inc. (ASHRAE)
American National Standards Institute (ANSI)
American Society for Testing and Materials (ASTM)
American Society of Mechanical Engineers (ASME)
Factory Mutual (FM)
Nationai Electric Code (NEC)
NFPA 90A - Air Conditioning and Ventilation Systems
Occupational Safety and Health Standards (OSHA)
Sheet Metal & Air Conditioning Contractors National Association (SMACNA)
Standard Building Code - 1985 edition
Standard Mechanical Code - 1985 edition
Standard Plumbing Code - 1985 edition
State and local codes, ordinances and statutes
Underwriters Laboratories (UL)
Others as designated in the specifications.
1.07 GASKETS AND CONNECTORS
A. Provide new gaskets wherever gasketed mating equipment items or pipe connections have
been dismantled. Gaskets shall be in accordance with rr�anufacturer's recommendations.
B. Replace all assembly bolts, studs, nuts and fasteners of Gny 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, shipmert or moving.
PART 2 -- MATERIALS
(NOT USED)
PART 3 -- EXECUTION
3.01 PRELIMINARY PROCEDURES FOR AIR SYSTEM BALANCING
TESTING, ADJUSTING, BA�ANCING 23 05 93 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
A. Before operating the system, perform the following steps:
1. Walk the system from the system air handling equipment to terminal units to
- determine variations of installation from design.
2. Check complete system (including filters) for cleanliness and remove any blockages.
3. Check dampers (both volume and fire) for correct and locked position, and
temperature control for completeness of installation before starting fans.
4. Prepare report test sheets for both fans and outlets. Obtain manufacturer's outlet
factors and recommended procedures fortesting. Prepare a summation of required
outlet volumes to permit a crosscheck with required fan volumes.
5. Determine best locations in main and branch ductwork for most accurate duct
- traverses.
6. Place outlet dampers in the full open position.
7. Lubricate all motors and bearings.
8. Check fan beit tension.
9 Check fan rotation.
3.02 MEASUREMENTS
A. Provide all required instrumentation to obtain proper measurements, calibrated to the
tolerances specified in the referenced standards. Instruments shall be properly maintained
- and protected against damage.
B. Provide instruments meeting the specifications of the referenced standards.
C. Use only those instruments which have the maximum field measuring accuracy and are best
suited to the function being measured.
D. Apply instrument as recommended by the manufacturer.
E. Use instruments with minimum scale and maximum subdivisions and with scale ranges
proper for the value being measured.
F. When averaging values, take a sufficient quantity of readings which will result in a
repeatability error of less than 5 percent. When measuring a single point, repeat readings
until 2 consecutive identical values are obtained.
G. Take ali readings with the eye at the level of the indicated value to prevent parallax.
H. Use pulsation dampeners where necessary to eliminate error involved in estimating average
of rapidly fluctuation readings.
TESTING, ADJUSTING, BALANCING 23 05 93 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Take measurements in the system where best suited to the task.
3.03 PERFORMING TESTING, ADJUSTING, AND BALANCIUG
A. Perform testing and balancing procedures on each systern identified in accordance with the
detailed procedures outlined in the referenced standard�.
B. Cut insulation, ductwork, and piping for installation of test probes to the minimum extent
necessary to allow adequate performance of procedures.
C. Patch insulation, ductwork, and housings using materials identical to those removed.
D. Seal ducts and piping, and test for and repair leaks.
E. Seal insulation to re-establish integrity of the vapor barrier.
F. Mark equipment settings, including damper control positions, valve indicators, fan speed
control levers, and similar controls and devices, to show final settings. Mark with paint or
other suitable, permanent identification materials.
G. Retest, adjust, and balance systems subsequent to signsficant system modifications, and
resubmit test results.
3.04 RECORD AND REPORT DATA
A. Record all data obtained during testing, adjusting, and balancing in accordance with, and on
the forms recommended by the referenced standards.
B. Prepare report of recommendations for correcting unsatisiactory mechanical perFormances
when system cannot be successfully balanced.
3.05 TRAINING
A. Train the Owner's maintenance personnel on troublesnooting procedures and testing,
adjusting, and balancing procedures.
- END OF SECTION -
TESTING, ADJUSTING, BALANCING 23 05 93 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
SECTION 26 05 00
ELECTRICAL - GENERAL PROVISIONS
PART 1 -- GENERAL
1.01 SCOPE OF WORK
A. Furnish all labor, materials and equipment required to instail, test and provide an
operational, electrical system as specified and as shown on the Drawings.
B. All equipment described herein shall be submitted and furnished as an integral part of
equipment specified elsewhere in these Specifications.
C. The work shall include furnishing, installing and testing the equipment and materials
detailed in each Section of Division 26.
D. The work shall include furnishing and installing the following:
F�
K�
0
5
Conduit, wire and field connections for all motors, motor controllers, control devices,
control panels and electrical equipment furnished under other Divisions. The
Contractor shall coordinate his construction schedule and electrical interface with the
supplier of electrical equipment specified under other Divisions.
Conduit, wiring and terminations for all field-mounted instruments furnished and
mounted under other Divisions, including process instrumentation primary elements,
transmitters, local indicators and control panels. Lightning and surge protection
equipment wiring at process instrumentation transmitters. Install vendor furnished
cables specified under other Divisions.
A complete raceway system for the Data Cables and specialty cabie systems,
including those furnished under other Divisions. Install the Data Cables and other
specialty cable systems, in accordance with the system manufacturers' installation
instructions. Review the raceway layout, prior to installation, with the Process Control
System supplier and the cable manufacturer to ensure raceway compatibility with the
systems and materials being furnished. Where redundant cables are furnished,
install the cabies in separate raceways.
Modifications to existing control systems including installation of auxiliary motor
starter contacts, relays, switches, etc, as required to provide the control functions or
inputs as shown on the Drawings. Obtain the existing equipment shop drawings from
the Owner, or information not shown on existing Drawings, before attempting to
make any modifications to the existing equipment wiring. Verify all existing wiring and
connections for correctness. If record drawings are not availabie, trace all circuits in
the field and develop the wiring diagrams necessary for completion of the work.
Document ali changes made to the wiring diagrams and return a marked-up set of
Record Drawings to the Owner after the work is complete.
Make modifications to existing motor control centers, switchboards, panelboards and
motor controllers including installation of circuit breakers, etc, or disconnection of
ELECTRICAL-GENERAL 26 05 00 - 1 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
circuits as required to provide the power supplies ta new and existing equipment to
maintain the plant in operation.
6. All bidders shall visit the site of the project, prior to submitting a bid, and satisfy
themselves as to any question that they might have, relating to existing equipment,
condition or construction.
E. Provide all electrical relocation work associated with the relocation of equipment for the
existing and new facilities, including disconnecting all existing wiring and conduits and
providing new wiring and conduit to the relocated equipr�ent.
1.02 RELATED WORK
A. Where references are made to the Related Work paragraph in each Specification
Section, referring to other Sections and other Divisions of the Specifications, the
Contractor shall provide such information or work as may be required in those
references, and include such information or work as mav be specified.
B. All raceways, power and control wiring related to Mechanical Division equipment that is
shown on the Electrical Drawings, shall be provided undvr Division 26.
C. All electrical work provided under any Division of the Specifications shall fully comply
with the requirements of Division 26.
1.03 SUBMITTALS
A. Submit Shop Drawings, in accordance with Division 1 requirements, for equipment,
materials and all other items furnished under each Sect€on of Division 26, except where
specifically stated otherwise. An individuaily packaged submittal shall be made for each
Section, and shall contain all of the information required by the Section. Partial
submittals will not be accepted and wiil be returned unreviewed.
B. Submittals will not be accepted for Section 26 05 00.
C. Each Section submittal shall be complete, contain all of the items listed in the
Specification Section, and shall be clearly marked to inclicate which items are applicable
on each cut sheet page. The Submittal shall list any �xceptions to the Specifications
and Drawings, and the reason for such deviation. Sho� drawings, not so checked and
noted, will be returned unreviewed.
D. The Contractor shall check shop drawings for accuracy and contract requirements prior
to submittal to the City's Project Representative. Errors and omissions on approved
shop drawings shall not relieve the Contractor from the responsibility of providing
materials and workmanship required by the Specifications and Drawings. Shop drawings
shall be stamped with the date checked and a statvment indicating that the shop
drawings conform to Specifications and Drawings. Onl�� one Specification Section may
be made per transmittal.
E. Materiai shall not be ordered or shipped until the shop drawings have been approved.
No material shall be ordered or shop work started if shop drawings are marked
ELECTRICAL-GENERAL 26 05 00 - 2 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
"APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT" or
"NOT APPROVED".
F. At the time of jobsite delivery of the equipment, the Contractor shall have an approved
shop drawing in his possession for the Owner's Inspector and Owner's Engineer, for
verification.
G
1.04
Up-to-date Record Drawings shall be promptly furnished when the equipment installation
is complete. Payment will be withheld until Record Drawings have been furnished and
approved.
REFERENCE CODES AND STANDARDS
A. Electric equipment, materials and installation shall comply with the National Electrical
Code (NEC) and with the latest edition of the following codes and standards:
1. National Electricai Safety Code (NESC)
2. Occupational Safety and Health Administration (OSHA)
3. National Fire Protection Association (NFPA)
4. National Electrical Manufacturers Association (NEMA)
5. American National Standards Institute (ANSI)
6. Insulated Cable Engineers Association (ICEA)
7. Instrument Society of America (ISA)
8. Underwriters Laboratories (UL)
9. Factory Mutual (FM)
10. City of Fort Worth Electricai Code
B. Where reference is made to one of the above standards, the revision in effect at the time
of bid opening shall apply.
C. All material and equipment, for which a UL standard exists, shall bear a UL label. No
such material or equipment shall be brought onsite without the U� label affixed.
D. if the issue of priority is due to a conflict or discrepancy between the provisions of the
Contract Documents and any referenced standard, or code of any technical society,
organization or association, the provisions of the Contract Documents will take
precedence if they are more stringent or presumptively cause a higher level of
performance. If there is any conflict or discrepancy between standard specifications, or
codes of any technical society, organization or association, or between Laws and
Regulations, the higher perFormance requirement shall be binding on the Contractor,
unless otherwise directed by the City's Project Representative.
E. In accordance with the intent of the Contract Documents, the Contractor accepts the fact
that compliance with the priority order specified shall not justify an increase in Contract
Price or an extension in Contract Time nor limit in any way, the Contractor's
responsibility to comply with all Laws and Regulations at ali times.
1.05 SERVICE AND METERING (NOT USED)
1.06 HAZARDOUS AREAS
ELECTRICAL-GENERAL 26 05 00 - 3 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
A. Equipment, materials and installation in areas designated as hazardous on the Drawings
shall comply with NEC Articles 500, 501, 502 and 503.
B. Equipment and materials installed in hazardous areas shall be UL listed for the
appropriate hazardous area classification.
1.07 CODES, INSPECTION AND FEES
n
0
Equipment, materials and installation shall comply wit;� the requirements of the local
authority having jurisdiction.
Obtain all necessary permits and pay all fees required fer permits and inspections.
1.08 SIZE OF EQUIPMENT
A. Investigate each space in the structure through which equipment must pass to reach its
final location. Coordinate shipping splits with the manufacturer to permit safe handling
and passage through restricted areas in the structure.
B. The equipment shall be kept upright at ail times during storage and handling. When
equipment must be tilted for passage through restricted areas, brace the equipment to
ensure that the tilting does not impair the functional intec�rity of the equipment.
1.09 RECORD DRAWINGS
A. As the work progresses, legibly record all field chang�s on a set of Project Contract
Drawings, hereinafter called the "Record Drawings". The Record Drawings and
Specifications shail be kept up to date throughout the project.
�,
�
The Record Drawings shall be reviewed in a meeting with the City's Project
Representative on a monthly basis.
Record Drawings shall accurately show the installed cor.dition of the following items:
1. One-line Diagram(s).
2. Raceways and puliboxes.
3. Conductor sizes and conduit fills.
4. Panel Schedule(s).
5. Control Wiring Diagram(s).
6. Plan view, sizes and locations of switchc�ear,
substations, motor controi centers and paneiboa!�ds.
distribution transformers,
D. Submit a typical example of a schedule of control wiri��g raceways and wire numbers,
including the following information:
1. Circuit origin, destination and wire numbers.
2. Field wiring terminal strip names and numbers.
ELECTRICAL-GENERAL 26 05 00 - 4 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen ar�d Sawyer Project No. 60000-000
E. As an alternate, submit a typical example of point-to-point connection diagrams showing
the same information, may be submitted in place of the schedule of control wiring
raceways and wire numbers.
F. Submit the record drawings and the schedule of control wiring raceways and wire
numbers (or the point-to-point connection diagram) to the City's Project Representative.
1.10 EQUIPMENT INTERCONNECTIONS
A. Review shop drawings of equipment furnished under other related Divisions and prepare
coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring
diagrams or tabies with Record Drawings.
B. Furnish and install all equipment interconnections.
- 1.11 MATERIALS AND EQUIPMENT
A. Materials and equipment shall be new, except where specifically identified on the
Drawings to be re-used.
B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not
submitted and approved for this project. Use of any such material or equipment, will be
rejected, removed and replaced by the Contractor, with the approved material and
_ equipment, at his own expense.
C. Materiai and equipment shail be UL listed, where such listing exists.
D. The Contractor shall be responsible for all material, product, equipment and
workmanship being furnished by him for the duration of the project. He shall replace the
equipment if it does not meet the Contract Documents.
1.12 JOBSITE DELIVERY, STORAGE AND HANDLING
A. Prior to jobsite delivery, the Contractor shall have successfuily completed all submittal
requirements, and present to the City's Project Representative upon delivery of the
equipment, an approved copy of all such submittals. Delivery of incomplete constructed
equipment, or equipment which failed any factory tests, will not be permitted.
B. Equipment and materials shall be handled and stored in accordance with the
- manufacturer's instructions, and as specified in the individual Specification Sections.
1.13 WARRANTIES
A. Manufacturer's warranties shall be as specified in each of the Specification Sections.
1.14 EQUIPMENT IDENTIFICATION
ELECTRICAL-GENERAL 26 05 00 - 5 VCWRF GBT Addition
PROVISIONS City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
A. Identify equipment (disconnect switches, separately mounted motor starters, control
stations, etc) furnished under Division 26 with the name of the equipment it serves.
Motor control centers, control panels, panelboards, switchboards, switchgear, junction or
terminal boxes, transfer switches, etc, shall have nameplate designations as shown on
the Drawings.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION
3.01 INTERPRETATION OF DRAWINGS
A. The Drawings are not intended to show exact locations of conduit runs. Coordinate the
conduit installation with other trades and the actual supplied equipment.
B
C
D
E
Install each 3 phase circuit in a separate conduit ��niess otherwise shown on the
Drawings.
Unless otherwise approved by the City's Project Repres�ntative, conduit shown exposed
shall be installed exposed; conduit shown concealed shail be instalied concealed.
Where circuits are shown as "home-runs" all necessary fittings and boxes shall be
provided for a complete raceway installation.
Verify the exact locations and mounting heights of lighting fixtures, switches and
receptacles prior to installation.
F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and
similar devices shown on the Drawings are approximat� only. Exact locations shall be
determined by the Contractor and approved by the City's Project Representative during
construction. Obtain information relevant to the piacing of electrical work and in case of
any interference with other work, proceed as d:rected by the City's Project
Representative and furnish all labor and materials necessary to complete the work in an
approved manner.
G. Circuit layouts are not intended to show the number of fittings, or other installation
details. Furnish all labor and materials necessary to install and place in satisfactory
operation ail power, lighting and other electrical system� shown.
H. Redesign of electrical or mechanical work, which is required due to the Contractor's use
of a pre-approved alternate item, arrangement of equipment and/or layout other than
specified herein, shall be done by the Contractor at his/her own expense. Redesign and
detailed plans shall be submitted to the City's Project Representative for approval. No
E�ECTRICAL-GENERAL 26 05 00 - 6 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
additional compensation will be provided for changes in the work, either his/her own or
others, caused by such redesign.
Raceways and conductors for lighting, switches, receptacles and other miscellaneous
low voltage power and signal systems as specified are not shown on the Drawings.
Raceways and conductors shall be provided as required for a complete and operating
system. Refer to riser diagrams for signal system wiring. Homeruns, as shown on the
Drawings, are to assist the Contractor in identifying raceways to be run exposed and
raceways to be run concealed. Raceways installed exposed shall be near the ceiling or
along walls of the areas through which they pass and shall be routed to avoid conflicts
with HVAC ducts, cranes hoists, monorails, equipment hatches, doors, windows, etc.
Raceways installed concealed shall be run in the center of concrete floor slabs, above
suspended ceilings, or in partitions as required.
The Contractor shall run all conduit and wire to RTU and/or PLC termination cabinets,
where designated on the Drawings. The conduit and wire as shown on the interface
drawings may not necessarily be shown on the floor plan.
K. install conductors carrying low voltage signals (typicaliy twisted shielded pair cables) in
raceways totally separate from all other raceways containing power or 120 volt control
conductors.
�. Raceways and conductors for thermostats controlling HVAC unit heaters, exhaust fans
and similar equipment are not shown on the Drawings. Provide raceways and
conductors between the thermostats, the HVAC equipment and the motor starters for a
complete and operating system. All raceways and power conductors shaii be in
accordance with Division 26. Raceways shall be instailed concealed in all finished space
and may be installed concealed or exposed in process spaces. Refer to the HVAC
drawings for the locations of the thermostats and controls.
M. Raceways and conductors for the fire alarm, sound and page party systems are not
shown on the Drawings. Provide raceways and conductors as required by the system
manufacturer for a complete and operating system. Ail raceways and power conductors
shall be in accordance with Division 26. Raceways shall be installed concealed in all
finished spaces and may be installed exposed or concealed in process spaces.
3.02 EQUIPMENT PADS AND SUPPORTS
A. Electrical equipment pads and supports, of concrete or steel including structural
reinforcing and lighting pole foundations, are shown on the Drawings.
B. No electrical equipment or raceways shall be attached to or supported from, sheet metal
walis.
3.03 SLEEVES AND FORMS FOR OPENINGS
A. Provide and place all sleeves for conduits penetrating floors, walls, partitions, etc. Locate
all necessary slots for electrical work and form before concrete is poured.
ELECTRICAL-GENERAL 26 05 00 - 7 VCWRF GBT Addition
PROVISIONS City Project No. 01847
. Hazen and Sawyer Project No. 60000-000
B. Exact locations are required for stubbing-up and termir.ating concealed conduit. Obtain
shop drawings and tempiates from equipment vendo���rs or other subcontractors and
locate the concealed conduit before the fioor slab is pout�ed.
C. Where setting drawings are not available in time to avoid delay in scheduled floor slab
pours, the City's Project Representative may allow the installations of such conduit to be
exposed. Requests for this deviation must be subr�itted in writing. No additional
compensation for such change will be allowed.
D. Seal all openings, sleeves, penetration and slots as specified in Section 26 05 33.
3.04 CUTTING AND PATCHING
A. Coordinate with Divisions 2 and 3 for cutting and patchir.g.
B. Core drill holes in concrete floors and walls as requir�d. The Contractor shall obtain
written permission from the City's Project Representative before core drilling any holes
larger than 2 inches.
C. Instail work at such time as to require the minimum amo�nt of cutting and patching.
D. Do not cut joists, beams, girders, columns or any other structural members.
E. Cut opening only large enough to ailow easy installation of the conduit.
F. Patching shall be of the same kind and quality of material as was removed.
G. The completed patching work shall restore the surface to its original appearance or
better.
H. Patching of waterproofed surfaces shall render the �rea of the patching completely
waterproofed.
I. Remove rubble and excess patching materials from the �remises.
J. When existing conduits are cut at the floor line of wall li �e, they shall be filied with grout
of suitable patching material.
3.05 INSTA��ATION
A. Any work not instalied according to the Drawings and this Section shall be subject to
change as directed by the City's Project Representative. No extra compensation will be
allowed for making these changes.
B. All dimensions shall be field verified at the job site and coordinated with the work of all
other trades.
C. Electrical equipment shail be protected at aii times against mechanical injury or damage
by water. Electrical equipment shall not be stored outcoors. Electricai equipment shall
ELECTRICAL-GENERAL 26 05 00 - 8 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
be stored in dry permanent shelters as required by each Specification Section. Do not
install electrical equipment in its permanent location until structures are weather-tight. If
any apparatus has been subject to possible injury by water, it shali be thoroughly dried
out and tested as directed by the City's Project Representative, or shail be replaced at
no additionai cost at the City's Project Representative's discretion.
C
Q
�^
Equipment that has been damaged shall be replaced or repaired by the equipment
manufacturer, at the City's Project Representative's discretion.
Repaint any damage to the factory applied paint finish using touch-up paint furnished by
the equipment manufacturer. If the metallic portion of the panel or section is damaged,
the entire panel or section shall be repiaced, at no additional cost to the Owner.
PHASE BALANCING
A. The Drawings do not attempt to balance the electrical loads across the phases. Circuits
on motor control centers and paneiboards shall be field connected to result in evenly
balanced loads across all phases.
B. Field balancing of circuits shall not alter the conductor color coding requirements as
specified in Section 26 05 19.
3.07 MANUFACTURER'S SERVICE
___ A. Provide manufacturer's services for testing and start-up of the equipment as listed in
each individual Specification Section. All settings, shall be based on motor nameplate
information and made to the equipment by the contractor and approved by the City's
Project Representative prior to energizing of the equipment.
B. Testing and startup shall not be combined with training. Testing and start-up time shall
not be used for manufacturers warranty repairs.
3.08 TESTS AND SETTINGS
A. Test systems and equipment furnished under Division 26 and repair or replace all
defective work. Make adjustments to the systems as specified and/or required.
B. Prior to energizing electrical equipment, make all tests as required by the individuai
specification Sections. Submit a sample test form or procedure, and submit the required
test reports and data to the Owner/Engineer for approval at least two weeks prior to the
startup of the tested equipment. Include names of all test personnel and initial each test.
C. Check motor nameplates for correct phase and voitage. Check bearings for proper
lubrication.
D. Check wire and cable terminations for tightness.
E. Check rotation of motors prior to energization. Disconnect driven equipment if damage
could occur due to wrong rotation. If the motor rotates in the wrong direction, the
ELECTRICA�-GENERAL 26 05 00 - 9 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
rotation shail be immediately corrected, or tagged and locked out until rotation is
corrected.
F. Verify all terminations at transformers, equipment, ca�acitor connections, panels, and
enclosures by producing a 1 2 3 rotation on a phase sequenced motor when connected
to "A", "B" and "C" phases.
G. Mechanical inspection, testing and setting of circuit brea�ers, disconnect switches, motor
starters, control equipment, etc for proper operation.
H. Check interlocking, control and instrument wiring for each system and/or part of a
system to prove that the system will function properly as indicated by schematic and
wiring diagrams.
Check the ampere rating of thermal overloads for motcrs and submit a typed record to
the City's Project Representative of same, including �/1CC cubicle location and load
designation, motor service factor, horsepower, full load current and starting code letter. If
inconsistencies are found, new thermal elements shall b� supplied and installed.
J. Verify motor power factor capacitor ratings.
K. Testing shall be scheduled and coordinated with the �ity's Project Representative at
least two weeks in advance. Provide qualified test personnel, instruments and test
equipment.
L. Refer to the individual equipment sections for additional specific testing requirements.
M. Make adjustments to the systems and instruct the Cwner's personnel in the proper
operation of the systems.
3.09 TRAINING
A. The Contractor shall provide manufacturer's training as specified in Section 01 77 19
and each individual section of the Specifications.
- END OF SECTION -
ELECTRICAL-GENERAL 26 05 00 - 10 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 26 05 19
WIRES AND CABLES (600 VOLT MAXIMUM)
PART 1 -- GENERAL
1.01 SCOPE OF WORK
A. Furnish, instali and test all wire, cable and appurtenances as shown on the Drawings and as
specified herein.
1.02 RELATED WORK
A. Provide and install all 4-20mA signal circuits, process control wiring, signai wiring to field
instruments, RTU and/or PLC input and output wiring and other field wiring and cables.
B. Section 26 05 33 Raceways, Boxes and Fittings
1.03 SUBMITTALS
A. Shop Drawings
1. Submit catalog data of all wire and cable, connectors and accessories, specified
under this Section with all selections, options and exceptions cleariy indicated.
B. Certified Tests
1. Submit a test report of all instailed wire insulation tests.
C. Operation and Maintenance Manuals
_ 1. Submit Operation and Maintenance Manuals containing installation and
maintenance instructions for splice and termination kits.
1.04 REFERENCE CODES AND STANDARDS
A. The equipment in this specification shall be designed and manufactured according to latest
revision of the following standards (unless otherwise noted):
1. NFPA 70 — National Electricai Code (NEC)
2. NEMA WG5 — Thermoplastio-lnsulated Wire and Cable for the Transmission and
Distribution of Electrical Energy
3. ANSI/TIA/EIA 606A — Standard for telecommunications Infrastructure
1.05 QUALITY ASSURANCE
A. The general construction of the wire, cables and the insulation material used shall be similar
to that used for cable of the same size and rating in continuous production for at least 15
years and successfully operating in the field in substantial quantities.
WIRES AND CABLES 26 05 19 - 1 VCWRF GBT Addition
(600 VOLT MAX) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
B. Wire and cable with a manufacture date of greaterthan twelve (12) months previous will not
be acceptable.
C. Wire and cable shall be in new condition, with the manufacturer's packaging intact, stored
indoors since manufacture, and shall not have been subjected to the weather. Date of
manufacture shall be clearly visible on each reel.
D. The manufacturer of these materials shall have produced similar electrical materials for a
minimum period offive years. When requested bythe Ow��er/Engineer, an acceptable listof
installations with similar equipment shall be provided demonstrating compliance with this
requirement.
1.06 JOBSITE DELIVERY, STORAGE AND HANDLING
A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal
requirements, and present to the City's Project Repr�sentative upon delivery of the
equipment, an approved copy of all such submittals. Delivery of incomplete constructed
equipment, or equipment which failed any factory tests, vvill not be permitted.,
B. Check for reels not completely restrained, reels with interl�cking flanges or broken flanges,
damaged reel covering or any other indication of damage. Do not drop reels from any
height.
C. Unload reels using a sling and spreader bar. Roll reels in the direction of the arrows shown
on the reel and on surfaces free of obstructions that coul� damage the wire and cable.
D. Store cable on a solid, well drained location. Cover cable reels with plastic sheeting or
tarpaulin. Do not lay reels flat.
1.07 WARRANTY
A. The Manufacturer shall warrant the wiring and installation to be free from defects in material
and workmanship for 2 years from date of final acceptan�e of the equipment. Within such
period of warranty the Manufacturer shall promptlyfurnish all material and labor necessary to
return the installation to new operating condition.
PART 2 -- PRODUCTS
2.01 GENERAL
A. Wires and cables shall be of annealed, 98 percent conductivity, soft drawn copper.
B. All conductors shall be stranded.
C. Except for control, signal and instrumentation circuits, wire smaller than No. 12 AWG shall
not be used.
2.02 BUILDING WIRE
A. All building wire shall be stranded copper conductors, Ty�e XHHW-2, as manufactured by
Southwire, General Cable or approved equal.
WIRES AND CABLES 26 05 19 - 2 VCWRF GBT Addition
(600 VOLT MAX) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2.03 TRAY CABLE
A. Cable for tray use shall be stranded copper conductors, Type XHHW-2 insulation, rated as
UL Type TC cable. Cable shali be sunlight resistant and approved for direct burial. Cable
shall be as manufactured by Southwire, General Cable or approved equal.
-- 2.04 GROUNDING ELECTRODE CONDUCTOR
A. Grounding electrode conductor shall be stranded copper conductor, Type XHHW-2 with
green insulation, as manufactured by Southwire, General Cable, or approved equal.
2.05 BONDING JUMPER
A. Bonding Jumper shall be bare tinned stranded copper conductor, as manufactured by
Southwire, General Cable, or approved equal.
2.06 CONTROL WIRE AND CABLE "
A. Control wire shall be NEC Type XHHW-2 as manufactured by Southwire orapproved equal.
-- B. Multi-conductor control cable, shall be stranded, No.14 AWG 600V, XHHW-2, insulated,
PVC outerjacket overall, Type TC, UL rated for underground wet location, as manufactured
by Southwire, Okonite, General Cable or approved equal.
2.07 INSTRUMENTATION CABLE
A. Cables for 4-20 ma, R.T.D., potentiometer and similar signals shall be PLTC rated and shall
-- be:
1. Single pair cable:
Conductors: 2#16 stranded, tinned and twisted on 2-in lay
Insulation: PVC with 600 volt, 90 degree C rating
Shield: 100 percent mylar tape with drain wire
Jacket: PVC with manufacturers identification
- Misc: UL1685 listed for underground wet location use
Manufacturers: Okonite, Belden or approved equal
2. Three conductor (triad) cable:
Conductors: 3#16 stranded, tinned and twisted on 2-in lay
Insulation: PVC with 600 volt, 90 degree C rating
- Shield: 100 percent mylar tape with drain wire
Jacket: PVC with manufacturers identification
Misc: UL1685 listed for underground wet location use
Manufacturers: Okonite, Belden or approved equal
3. Multiple pair cables (where shown on the Drawings):
Conductor: Muitiple pairs, #16 stranded, tinned and twisted on a 2-in lay
Insulation: PVC with 600 volt, 90 degree C rating
- Shield: Individual pairs shielded with 100 percent mylar tape and drain wire
Jacket: PVC with manufacturers identification
Misc: UL1685 listed for underground wet location use
Manufacturers: Okonite, Belden or approved equal
WIRES AND CABLES 26 05 19 - 3 VCWRF GBT Addition
(600 VOLT MAX) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2.08 COMMUNICATION CABLES
A. Cables for Ethernet and RS485 shall be rated and shall be:
2.
3
Category 5e Above Grade Cable
Conductors: 4 pair 24AWG Bare Copper
Insulation: Polyolefin
Shieid: 100 percent aluminum foil polyester tape with drain wire
Jacket: PVC with 600 volt rated and manufacturer's identification
Misc.: UL21047 and UL1666 listed for indoor and dry locations use
Manufacturers: Belden 7957A or approved equa!
Category 5e Below Grade Cable
Conductors: 4 pair 24AWG Bare Copper
Insulation: Polyolefin
Shield: 100 percent aluminum foil polyester tape with drain wire
Jacket: LLPE (�inear Low Density Polyethyiene) with 300 volt rated and
manufacturers identification
Misc.: NEMA WC-63.1, listed for outdoor and wet locations use
Manufacturers: Belden 7937A or approved equa':
485 Communications Cable
Conductors: 1 pair 24AWG Tinned Copper
Insulation: Polyethylene
Shield: 100 percent aluminum foil polyester tape with tinned copper drain wire
Jacket: PVC with 300 volt rated and manufacturer's identification
Misc.: UL2919 listed for indoor and dry locations use
Manufacturers: Beiden 9841 or approved equal
2.09 TERMINATION MATERIALS
A. Power Conductors: Termination materials, of conductors at equipment, shall be as specified
in the relevant equipment Section.
B. Control and Instrumentation Conductors (including graph;;c panel, alarm, low and high level
signals): Termination connectors shall be of the set screw, tongue type, as manufactured by
Phoenix Contact, Entrelec, Allen Bradley, or equal.
C. Motor Conductors: Motor connections shall be ring type compression terminations on the
motor leads and secured with bolt, nut and spring washer. Connections shall be -30C rubber
insulated, half lap, and two layers minimum of Scotch 33 or equal vinyl tape.
D. Lugs and Connectors
All lugs and connectors shall be copper and shall be crimped type, with standard
industry tooling. Lugs and connectors shall matc� the wire size where used, and
shall be clearly identified and color coded on the connector. All connections shall be
made for stranded wire and shall be made electrically and mechanically secured.
The lugs and connectors shall have a current carrying capacity equal to the
conductors for which they are rated and meet UL 486 requirements for 75 degrees
C. Lugs larger than 4/0 AWG shall be two-hole I�gs with NEMA spacing. The lugs
shall be of closed end construction to exclude noisture migration into the cable
conductor.
WIRES AND CABLES 26 05 19 - 4 VCWRF GBT Addition
(600 VO�T MAX) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2.10 SPLICE MATERIALS
A. Power Conductors: Circuits shall be pulled from terminal to terminal, without splicing, except
where splicing is shown on the Drawings. No other splicing will be permitted. Forwires sizes
#8 and smaller, provide color coded wire nuts, with metal inserts, 3M or ldeal, rubber
insulated with half lap and two layers minimum of Scotch 33 tape. Forwires greaterthan #8
AWG, provide a heat shrink insulated, color-coded, die-crimped splice lug, T&B 54XXX, or
equai, rubber insulated, with half lap and two layers minimum of Scotch 33 tape.
B. Control and Instrumentation Conductors (including graphic panel, alarm, lowand high level
signals): No splicing of control and instrumentation conductors will be permitted.
2.11 WALL AND FLOOR SLAB OPENING SEALS
A. Wall and floor slab openings shall be sealed with "FLAME-SAFE" as manufactured by the
Thomas & Betts Corp. or equal.
2.12 WIRE AND CABLE TAGS
A. The Contractor shall use the tagging formats for wire and cable as shown on the Drawings.
Where modifications or additions are made to existing wire and cable runs, the Contractor
shall replace existing tags with new modified tags.
B. Wire tags for wire sizes, #2 AWG and smaller, shall be heat shrink type Raychem TMS-
SCE, or approved equal with the tag numbers typed with an indelible marking process.
- Character size shall be a minimum of 1/8" in height. Hand written tags shall not be
acceptable. Where ends are not available, attach cable tags with nylon tie cord.
C. Tags for wires larger than #2 AWG and all cables shall be thermally printed polyethylene
type, Brady TLS 2200 or approved equal, nylon zip tied in accordance with the
manufacturer's instructions.
D. Tags relying on adhesives or taped-on markers are not acceptable.
E. Tagging shall be done in accordance with the execution portion of these Specifications.
2.13 WIRE CO�OR CODE
� A. All wire shall be color coded or coded using electricai tape in sizes #8 or greater, where
colored insulation is not available. Where tape is used as the identification system, it shall
be applied in all junction boxes, manholes and other accessible intermediate locations as
well as at each termination.
B. The following coding shall be used:
Svstem
1-Phase, 3 Wire
Wire
Phase A
Phase B
Neutral
Color
Black
Blue
W hite
WIRES AND CABLES 26 05 19 - 5 VCWRF GBT Addition
(600 VOLT MAX) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
208Y/120, Volts
3-Phase, 4 Wire
480/277, Volts
3-Phase, 4 Wire
2.14 CABLE TAG COLOR CODE
Phase A
Phase B
Phase C
Neutral
Phase A
Phase B
Phase C
Neutral
Blacl<
Red
Blue
W hit�
Brown
Orange
Yellcw
Gray/White with one
or
more colored stripes
A. All cable tags shall be white in color with black printing.
PART 3 -- EXECUTION
3.01 GENERAL
A. Do not install pull wires and conductors until the raceway system is in place. No wire shail be
installed between outlet points, junction points or splicing points, until raceway sections are
complete, and raceway covers installed for protection of conductors from damage or
exposure to the elements. The occurrence of wire insta�led in an incomplete installation,
shall require the removal of such conductors from the oroject site, and completion and
inspection of such raceway sections, before new conductors are installed.
C'.'
C
[��
Installed unapproved wire shall be removed and replaced at no additional costto the Owner.
Completely swab raceway system before installing cond�ctors. Do not use cleaning agents
and lubricants which have a deleterious effect on the conductors or their insulation.
Pull all conductors into a raceway at one time, using w;,re pulling lubricant as needed to
protect the wire.
E. Except for hand-pulled conductors into raceways, all wi� e and cable installation shall be
installed with tension-monitoring equipment. Where conductors are found to have been
installed without tension—monitoring, the conductors �.nd cables shall be immediately
removed from the raceways, permanently identified as rei�cted material, and removed from
the jobsite. New conductors and cables shail be reinstalled, tagged and raceways resealed,
all at no expense to the Owner.
F. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and
minimum bending radii. Where pulling compound is used, use only UL listed compound
compatible with the cabie outer jacket and with the race��vay involved.
G. Tighten all screws and terminal bolts using torque type wrenches and/or drivers to tighten to
the inch-pound requirements of the NEC and UL.
H. Where single conductors and cables in manholes, handh�les, vaults, cable trays, and other
indicated locations are not wrapped together by some other means such as arc and
fireproofing tapes, bundle throughout their exposed length all conductors entering from each
WIRES AND CAB�ES 26 05 19 - 6 VCWRF GBT Addition
(600 VOLT MAX) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
conduit with nylon, seif-locking„ releasable, cable ties placed at intervals not exceeding 4
inches on centers.
I. All wire and cable installed in cable trays shall be UL Listed as Type TC, for cable tray use.
3.02 CONDUCTORS 600 VOLTS AND BELOW
A. Provide conductor sizes indicated on Drawings, as a minimum.
B. Use crimp connectors on all stranded conductors.
C. Soldered mechanical joints insulated with tape will not be acceptabie.
D. Arrange wiring in cabinets and panels neatly cut to proper length, remove surplus wire, and
bridle and secure in an acceptable manner. Identify all circuits entering motor control
centers or other control cabinets in accordance with the conductor identification system
specified herein.
E. Terminate control and instrumentation wiring with methods consistent with terminals
provided, and in accordance with terminal manufacturer's instructions.
F. Attach compression lugs, larger than #6 AWG, with a tool specifically designed for that
purpose which provides a complete, controlled crimp where the tool will not release until the
crimp is complete. Use of plier type crimpers is not acceptable.
G. Cap spare conductors and conductors not terminated with the U� listed end caps.
H. Where conductors pass through holes or over edges in sheet metal, remove all burrs,
chamfer all edges, and install bushings and protective strips of insulating material to protect
the conductors.
I. For conductors that will be connected by others, provide at least 6 feet spare conductors in
freestanding panels and at least 2 feet spare in other assemblies. Provide additional spare
conductor in any particular assembly where it is obvious that more conductorwill be needed
to reach the termination point.
3.03 GROUNDING
A. Conduits and other raceways shali contain an equipment grounding conductorwhetherthe
raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be
properly grounded in accordance with NEC requirements. Where ground wire is exposed to
mechanical damage, install wire in rigid aluminum conduit. Make connections to equipment
with solderless connections. Wire connected to the ground rods of the ground mat shall be
of the fused type equal to the Cadweld process.
3.04 TERMINATIONS AND SP�ICES
A. No splices of wire and cable will be permitted, except where specifically permitted by the
City's Project Representative in writing, or as shown on the Drawings.
WIRES AND CABLES 26 05 19 - 7 VCWRF GBT Addition
(600 VOLT MAX) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Q
C
Power conductors: Terminations shall be made with connectors as specified. Splices, where
specifically allowed as stated above, shall be made in a i ermination Cabinet (TC).
Controi Conductors: Splices of control conductors will not be permitted between terminal
points. Terminations shall be made with approved termir,als as specified.
D. Instrumentation Signal Conductors (including graphic �anel, alarm, low and high level
signals): Splices of Instrumentation conductors will not be permitted between terminal points.
Terminations shall be made with connectors as specified. Each termination of paired
shielded or triad shielded shall be coated with silicone jel�y after termination. The shield of
pair shielded and triad shielded shall be terminated on terminal strips.
3.05 INSTRUMENTATION CABLES
A. Instrumentation cables shall be installed in raceways as specified. Unless specifically shown
on the Drawings, all instrumentation circuits shall be instailed as single shielded twisted pair
cables or single shielded twisted triads. In no case sl�all a circuit be made up using
conductors from different pairs or triads. Triads shall be �sed wherever three wire circuits
are required.
B. Terminal blocks shall be provided at all instrument cable junction boxes, and all circuits shall
be identified at such junctions.
C. Shielded instrumentation wire, coaxial cable, data highvvay cable , discrete i/O, multiple
conductor cabie, and fiber optic cables shall be run without splices between instruments,
terminal boxes, or panels. The shield shall be continuous for the entire run.
D. Shields shall be grounded as recommended bythe instrument manufacturerand isolated at
all other locations. Terminal blocks shall be provided for inter-connecting shield drain wires
at all junction boxes. Where individual circuit shielding is required, each shield circuit shall
be provided with its own block.
E. Seal openings in slabs and walls through which wires and cables pass.
3.06 WIRE TAGGING
A. All wiring shall be tagged at all termination points and at all major access points in the
electrical raceways. A termination point in defined as any point or junction where a wire or
cable is physically connected. This includes terminal blocks and device terminals. A major
access point to a raceway is defined as any enclosure, box or space designed for wire or
cable pulling or inspection and includes pull boxes, manholes, and junction boxes.
B. Wire tags shall show both origination and destination information to allow for a wire or cable
to be traced from point in the field. Information regarding its origination shall be shown in
parenthesis.
C. For multiconductor cables, both the individual conducto�s and the overall cable shall be
tagged. Conductors that are part of a multiconductor cable shall reference the cable
identification numberthatthey are a part of, as well as a unique conductor numberwithin the
cable.
WIRES AND CABLES 26 05 19 - 8 VCWRF GBT Addition
(600 VOLT MAX) City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
3.07 CABLE TAGGING
__ A. All cables shall be tagged at all termination points and at all major access points in the
electrical raceways as defined in the wire tag section of this Specification.
B. The cable tag shall be installed where the cable enters and leaves each access point (e.g.,
junction box, manhole, etc.). In cases of limited access space, a single tag may be used that
shows both equipment tag origination and destination. In the case where the jacket is
stripped for terminations, the tag shall be installed at the end of the jacket.
3.08 RACEWAY SEALING
A. Where raceways enter junction boxes or control panels containing electrical or
instrumentation equipment, all entrances shall be sealed with 3M 1000NS Watertight
Sealant, or approved equal.
B. This requirement shall be strictly adhered to for all raceways in the conduit system.
3.09 FIELD TESTS
A. Conductors Under 600 Volts
1. Perform insulation resistance testing of all power circuits below 600 volts with a
1000-volt megger, in accordance with the recommendations of the wire
manufacturer.
2. Prepare a written test report of the results and submit to the City's Project
Representative prior to final inspection.
3. Minimum acceptable value for insulation resistance is 100 megohms for cable
lengths 40 feet or less. Lower values shall be acceptable only by the City's Project
Representative's specific written approvai. For lengths longer than 40 feet, the
minimum megohm value shall be 2000 megohms per foot.
4. Disconnect equipment that might be damaged by this test. PerForm tests with all
other equipment connected to the circuit.
B. Tests: After instrumentation cable installation and conductor termination by the
__ instrumentation and control supplier, perform tests witnessed by the City's Project
Representative to ensure that instrumentation cable shields are isolated from ground, except
at the grounding point. Remove all improper grounds.
s��C�ZiT�Y���Lil�
WIRES AND CABLES 26 05 19 - 9 VCWRF GBT Addition
(600 VOLT MAX) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 26 05 29
ELECTRICAL SUPPORT HARDWARE
PART 1 -- GENERAI.
1.01 SCOPE OF WORK
A. Furnish and install electrical support hardware, as shown on the Drawings and as specified
herein.
B. Hardware shall include anchor systems, adhesive anchor systems, metal framing systems,
and other electrical support systems, as shown on the Drawings and specified herein.
1.02 RELATED WORK
A. Division 26 Specifications
B. Process Equipment Division Specifications
C. instrumentation Equipment Division Specifications
D. Mechanical Equipment Division Specifications
1.03 SUBMITTALS
A. Submit to the City's Project Representative, in accordance with Division 1, the
manufacturers' names and product designation orcatalog numbers forthe types of materials
specified or shown on the Drawings.
B. The submittal information, for anchor systems, shall contain manufacturer's specifications
and technicai data including;
1. Acceptable base materiai conditions (i.e. cracked, un-cracked concrete)
2. Acceptable drilling methods
3. Acceptable bore hole conditions (dry, water saturated, water filled, under water)
- 4. Manufacturer's installation instructions including bore hole cleaning procedures and
adhesive injection.
5. Cure and gel time tabies
6. Temperature ranges (storage, installation and in-service).
1.04 REFERENCE CODES AND STANDARDS
A. All products and components shown on the Drawings and listed in this specification shali be
designed and manufactured according to latest revision of the following standards (unless
otherwise noted):
1. NFPA 70 National Electrical Code (NEC)
2. NFPA 70E Standard For Electrical Safety in the Workplace
ELECTRICAL SUPPORT 26 05 29 - 1 VCWRF GBT Addition
HARDWARE City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
3. ASTM E 488-96 (2003); Standard Test Method for Strength of Anchors in Concrete
and Masonry Elements, ASTM International.
4. ASTM E 1512-93, Standard Test Methods for Testing Bond Performance of
Adhesive-Bonded Anchors, ASTM International
5. AC308; Acceptance Criteria for Post-Installed Anciors in Concrete Elements, Latest
revision.
6. SAE 316 Stainless Steel Grades
B. All equipment components and completed assemblies specified in this Section of the
Specifications, having a U� standard, shall bear the a�propriate label of Underwriters
Laboratories.
1.05 QUA�ITY ASSURANCE
A. The manufacturer of these materials shall have produced similar electrical materials and
equipment for a minimum period of five years. When requested by the City's Project
Representative, an acceptable list of installations with sin�ilar equipment shall be provided
demonstrating compliance with this requirement.
1.06 JOBSITE DELIVERY, STORAGE AND HANDLING
A. Prior to jobsite delivery, the Contractor shall have successfully completed ali submittal
requirements, and present to the City's Project Repr�sentative upon delivery of the
equipment, an approved copy of all such submittals. Delivery of incomplete constructed
equipment, onsite factory work, or failed factory tests will not be permitted.
B. Materials shail be handled and stored in accordance witF: manufacturer's instructions.
C
�i7
Adhesive Anchor Systems.
1. Deliver materials undamaged in Manufacturer's clearly labeled, unopened
containers, identified with brand, type, and ICC-ES Evaluation Report number.
2. Coordinate delivery of materials with scheduled installation date, minimizing storage
time at job-site.
3. Store materials under cover and protect from weather and damage in compliance
with Manufacturer's requirements, including temperature restrictions.
4. Comply with recommended procedures, precautions or remedies described in
material safety data sheets as applicable.
5. Do not use damaged or expired materials.
6. Storage restrictions (temperature range) and expiration date must be supplied with
product
Metal Framing Systems
Material shail be new and unused, with no signs of damage from handling.
1.07 WARRANTY
ELECTRICAL SUPPORT 26 05 29 - 2 VCWRF GBT Addition
HARDWARE City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
A. The Manufacturer shali warrant the equipment to be free from defects in material and
workmanship for 2 years from date of final acceptance of the equipment. Within such period
ofwarrantythe Manufacturershall promptlyfurnish all material and labornecessaryto return
the equipment to new operating condition.
PART 2 -- PRODUCTS
2.01 ANCHORING SYSTEMS
A. Acceptabie Manufacturers
1. Subject to compliance with the Contract Documents, the following Manufacturers are
acceptable:
a. HILTI Kwik Bolt 3
b. Approved equal
-- 2. The listing of specific manufacturers above does not imply acceptance of their
products that do not meet the specified ratings, features and functions.
Manufacturers listed above are not relieved from meeting these specifications in their
e nti rety.
B. Product Description
1. Torque controiled expansion anchor consisting of anchor body, expansion element
(wedges), washer and nut. Anchor shall be used for anchor sizes less than 3/8 inch.
2. All parts shall be manufactured of 316 stainless steel conforming to SAE 316.
3. UL 203 Rated.
2.02 ADHESIVE ANCHORING SYSTEMS
- A. Acceptable Manufacturers
1. Subject to compliance with the Contract Documents, the following Manufacturers are
acceptable:
a. HILTI HIT-RTZ with HIT-HY 150 MAX.
b. Approved equal
2. The listing of specific manufacturers above does not imply acceptance of their
products that do not meet the specified ratings, features and functions.
Manufacturers listed above are not relieved from meeting these specifications in their
entirety.
B. Product Description
1. Anchor body with helical cone shaped thread on the embedded end and standard
threads on the exposed end, with washer and nut, inserted into Injection adhesive.
Anchor shall be used for anchor sizes 3/8 inch and larger.
2. All parts shall be manufactured of 316 stainless steel conforming to SAE 316
- - standards.
2.03 STRUT SUPPORT SYSTEMS
ELECTRICAL SUPPORT 26 05 29 - 3 VCWRF GBT Addition
HARDWARE City Project No. 01847
Hazen and Sawyer Project No. 60000-000
A. Acceptable Manufacturers
1. Subject to compliance with the Contract Documenzs, the following Manufacturers are
acceptable:
a. Tyco Unistrut
b. Cooper B-Line
c. Approved equal
2. The listing of specific manufacturers above does not imply acceptance of their
products that do not meet the specified r�:tings, features and functions.
Manufacturers listed above are not relieved from meeting these specifications in their
entirety.
B. Product Description
1. Metal framing system for use in the mounting or support of electrical systems, panels
and enclosures, and including lighting fixture supports, trapeze hangers and conduit
supports.
2. Components shall consist of telescoping channels, slotted back-to-back channels,
end clamps allthreads and conduit clamps.
3. Minimum sizes shall be 13/16" through 3-1/4"
4. Components shall be assembled by means of flat plate fittings, 90 degree angle
fittings, braces, clevis fittings, U-fittings, Z-fittings, �Ning-fittings, Post Bases, channel
nuts, washers, etc.
5. Field welding of components will not be permittec.
6. Unless otherwise specified or shown on the Drawings, all parts shall be
manufactured of 316 stainless steel conforming to SAE 316.
7. Framing systems for chlorine and ammonia rooms shall be manufactured of
structural fiberglass.
PART 3 -- EXECUTION
3.01 GENERAL
A. The Contractor shall install all equipment strictly in accordance with the manufacturer's
instructions and the Contract Drawings.
B. The location of all devices is shown, in general, on the D:�awings and may be varied within
reasonable limits so as to avoid any piping or other obstruution without extra cost, subject to
the approval of the Owner. Coordinate the installatio� of the devices for piping and
equipment clearance.
C. No electrical equipment or raceways shall be attached to or supported from, sheet metal
walls.
D. Install required safety labels.
3.02 FIELD QUALITY CONTROL
A. Inspect installed equipment for anchoring, alignment, grcunding and physical damage.
ELECTRICAL SUPPORT 26 05 29 - 4 VCWRF GBT Addition
HARDWARE City Project No. 01847
Hazen and Sawyer Project No. 60000-000
B. Check tightness of all accessible electrical connections. Minimum acceptable values are
specified in manufacturer's instructions.
3.03 POST INSTALLED ANCHOR SYSTEMS
A. Prior to installation of the anchor systems, the hole shall be clean and dry in accordance with
the manufacturer's instructions.
3.04 C�EANING
A. Remove all rubbish and debris from inside and around the installation. Remove dirt, dust, or
concrete spatter from the interior and exterior of the equipment using brushes, vacuum
cleaner, or clean, lint free rags. Do not use compressed air.
- END OF SECTION -
E�ECTRICAL SUPPORT 26 05 29 - 5 VCWRF GBT Addition
HARDWARE City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 26 05 33
RACEWAYS BOXES AND FITTINGS
PART 1 -- GENERAL
___ 1.01 SCOPE OF WORK
A. Furnish and install complete raceway systems as shown on the Drawings and as specified
herein. A raceway system shall consist of materials designed expressly for containing wires
and cables, including but not limited to, conduit, device bodies, conduit bodies, raceway
boxes, and related materials.
1.02 RELATED WORK
A. Section 26 05 00 Electrical — General Provisions
B. Section 26 05 29 Electrical Support Hardware
C. Section 26 05 19 Wires and Cables (600 Volt Maximum)
1.03 SUBMITTALS
A. Submit to the City's Project Representative, in accordance with Division 1, the
manufacturers' names and productdesignation orcatalog numbers of all materials specified.
B. Submit to the City's Project Representative, certification that the electricians installing the
PVC coated conduit have a 5 year minimum experience, in the installation of the product.
1.04 REFERENCE CODES AND STANDARDS
A. All products and components shown on the Drawings and listed in this specification shall be
designed and manufactured according to latest revision of the following standards (unless
otherwise noted):
1. NFPA 70 — National Electrical Code (NEC)
2. NFPA 70E — Standard For Electrical Safety in the Workpiace
___ 3. UL 6A — Electrical Rigid Metal Conduit
4. ANSI C80.5 — Electrical Rigid Aluminum Conduit
5. UL 514B — Outlet Bodies
B. All equipment components and completed assemblies specified in this Section of the
Specifications shall bear the appropriate label of Underwriters �aboratories.
1.05 QUALITY ASSURANCE
A. The manufacturer of these materials shall have produced similar electrical materials and
equipment for a minimum period of five years. When requested by the City's Project
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
Representative, an acceptable list of installations with sirnilar equipment shali be provided
demonstrating compliance with this requirement.
B. The manufacturer of the assembly shall be the manufactu; er of the major components within
the assembly. All assemblies shall be of the same manuiacturer.
C. The Contractor's installer of materials specified herein shall have a minimum of five years
experience in the installation of each type of materi�l. Proof of experience shall be
submitted, upon request of the City's Project Representative, prior to installation.
1.06 JOBSITE DELIVERY, STORAGE AND HANDLING
A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal
requirements, and present to the City's Project Representative upon delivery of the
equipment, an approved copy of all such submittals. D�livery of incomplete constructed
equipment, or equipment which failed any factory tests, will not be permitted.
B. Materials shall be handled and stored in accordance with manufacturer's instructions.
C. Materials shall not be stored exposed to sunlight. Such materials shall be completely
covered.
D. Materials showing signs of, previous orjobsite, exposure wili be rejected.
1.07 WARRANTY
A. The Manufacturer shall warrant the equipment to be f�ee from defects in material and
workmanship for 2 years from date of final acceptance of the equipment. Within such period
ofwarrantythe Manufacturershall promptlyfurnish all ma�erial and labor necessaryto return
the equipment to new operating condition.
PART 2 -- PRODUCTS
2.01 GENERAL
A. Raceways and fittings shall be as shown on the Drawings, with a minimum 3/4" trade size.
B. Where Equipment or Instrumentation device entries are less than 3/4 inch, provide an
REA12SA, Cooper Crouse Hinds or equal, for aluminum raceways and ADAPT ADU302930,
REDAPT or equal, for 316 stainiess applications.
2.02 CONDUIT RACEWAY
A. PVC Coated Rigid Aluminum Conduit (CRMC)
1. PVC coated rigid aluminum conduit shall have a minimum 0.040-in thick, polyvinyl
chloride coating permanently bonded to rigid aluminum conduit and an internal
chemically cured urethane or enamel coating. R�gid aluminum conduit shall be as
manufactured bythe Allied Tube and Conduit Coi�p.; Wheatland Tube Co.; Triangle
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen a�d Sawyer project No. 60000-000
PWC Inc., T&B Ocal, or approved equal. The ends of all couplings, fittings, etc. shall
have a minimum of one pipe diameter in length of PVC overlap. PVC coated conduit
and fittings shall be as manufactured by Perma-Cote, Robroy Industries, Triangie
PWC Inc. or Ocal.
2. Elbows and couplings shall be PVC coated bythe same manufacturersupplying the
conduit PVC coating system. Elbows and couplings used with PVC coated conduit
shail be furnished with a PVC coating bonded to the aluminum, the same thickness
as used on the coated aluminum conduit.
B. Liquidtight Aluminum Flexible Metal Conduit (LFMC)
- 1. Liquidtight aluminum flexible metal conduit shall have an interlocked aluminum core,
PVC jacket rated for 60 degrees C., meeting NEC Article 351, as manufactured by
the Anaconda Metal Hose Div.; Southwire; Anaconda American Brass Co.; American
Flexible Conduit Co., Inc.; Universal Metal Hose Co.; ALFLEX or equal.
2. Fittings used with liquidtightflexible aluminum conduit shall be copper-free aluminum
and shall conform to FEDSPEC AA50552, and U�-514B.
C. Aluminum Flexible Metal Conduit (FMC)
1. Aluminum flexible metal conduit shall have an interlocked aluminum core, meeting
NEC Article 348, UL 1 and Federal Specification WW-G566C, as manufactured by
the Anaconda Metal Hose Div.; Southwire; Anaconda American Brass Co.; American
- Flexible Conduit Co., Inc.; Universal Metal Hose Co. or approved equal.
2. Fittings used with aluminum flexible metal conduit shall be copper-free aluminum
shall conform to FEDSPEC AA50552.
D. Rigid Aluminum Conduit (RMC)
1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation
T-1 and shall conform to FED Spec WW-G540C, ANSI C80.5 and UL 6A. Rigid
aluminum conduit and fittings shall be as manufactured by Wheatland Tube
Company, Allied, or approved equal.
E. Rigid PVC Schedule 40 Conduit (RNC)
1. Schedule 40 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use
underground as described in the NEC, resistant to sunlight. The conduits and fittings
shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 651
specifications. Fittings shall be manufactured to NEMA TG3, Federal Specification
, WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Rocky
Mountain Colby, Carlon, Kraloy, or approved equal.
F. Rigid PVC Schedule 80 Conduit (RNC)
1. Schedule 80 PVC Rigid Nonmetallic Conduit (RNC) shall be designed for use above
ground and underground as described in the NEC, resistant to suniight. The conduits
and fittings shall be manufactured to NEMA TG2, Federal Specification WC1094A
and U� 651 specifications. Fittings shall be manufactured to NEMA TC-3, Federal
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
Specification WC1094A and U� 514B. Conduit shall have a UL Label. Conduit shall
be Rocky Mountain Colby, Carlon, Kraloy, or app��oved equal.
2.03 WIREWAYS
A. All wireways shall be constructed of NEMA 4X 316 stair.less steel, with gasketed hinged
covers and stainless steel latches. Wireway shall have tw� Breather/Drains for each 10ft of
wireway. Breather/Drain shall be located in the bottom, near the ends of the wireway.
Wireway shall be as manufactured by Industrial Enclosur� Corporation, Cooper B Line, or
approved equal. Breather/Drains shall be Cooper Crouse-Hinds Type ECD18-316 stainless
steel, or approved equal
2.04 RACEWAY BOXES
A. Boxes specified herein, including terminal boxes, junction boxes and pull boxes, are for use
with raceway systems only, but include switch, receptacle and lighting housings. Boxes used
for housing electrical and instrumentation equipment, other than terminal boxes, shall be as
described elsewhere in these Specifications. All raceway boxes shall be provided with a
common ground point.
B. Classified Areas, (Class 1, Division 1, Groups A, B, C, o� as defined in NFPA 70). Boxes
constructed for either indoor or outdoor use in hazardous areas, shall be copper-free
aluminum, with stainless steel hinged cover, watertight neoprene cover gasketwith stainless
steei bolts. Boxes shall be rated NEMA 7/4X. All penetra:tions shall be minimum 3/4 inch,
factory drilled and tapped. Enclosures shall be Type EJ6 Style C as manufactured by the
Crouse-Hinds Co.; Appleton Electric Co. or approved equal.
C. Chemical Rooms: Boxes shall be NEMA 4X, non-metallic, made of PVC or fiberglass
reinforced polyester. Materials shall be compatible with t��e chemicals used. Non-metallic
boxes shall have UV inhibitors. Box bodies shall not ha:ve any factory installed holes or
knockouts. Provide all boxes with quick-release luggage type latches.
D. Where shown on the Drawings, NEMA 12 Terminal boxes, junction boxes, pull boxes, etc,
shall be NEMA Type 12 aluminum, with mounting lugs suitable for wall mounting. Box
bodies shall not have any factory installed holes or knockouts. Boxes shall not be less than
.080 in. thick, gauge. All boxes shall have continuous hineed, foam-in-place gasketed doors
with quarter turn latches. Boxes shall be Comline Series as manufactured by Hoffman
Engineering Co. or equal.
E. Provide NEMA 4X 316 Stainless Steel enclosures for a�:l other locations. Boxes shall be
NEMA Type 4X of 316 stainless steel with mounting lugs or brackets made on the box,
suitable forwall mounting, or have mounting feet where self-standing. Boxes manufactured
with holes intended for mounting will not be acceptable. 6oxes shall not have factory holes
or knockouts. All boxes shall have continuously welded seams ground smooth, and shall
have contiuous hinged, foam-in-place gasketed doors. Box bodies shall not be less than 16
gauge. Boxes shall have quarter-turn type latches as man�factured by Hoffman Engineering
Co. or equal.
F. NEMA 1 or NEMA 1A boxes shall not be used.
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
G. Malleable iron boxes shall not be used.
2.05 DEVICE BOXES
A. Device boxes, switch, receptacle, etc., shall be of copperfree cast aluminum, and shall have
tapered, threaded, hubs, with integral bushings. Boxes shall have internal grounding screw,
and a minimum of two mounting feet. Boxes shall be type FD, Cooper Crouse-Hinds,
Appleton or approved equal.
2.06 CONDUIT OUTLET BODIES
A. For conduits up to and including 2-1/2", conduit outlet bodies and covers shall be copper-
free aluminum, with captive screw-clamp cover, neoprene gasket and stainless steel screws
and clamps, Cooper Crouse-Hinds Form 7 with Mark 7 wedge-nut cover, Appleton, or
approved equal. For conduits larger than 2-1/2", junction boxes shall be used.
B. For Class 1 Div. 1 areas, all outlet boxes and covers shall be EA Series by Crouse Hinds, or
approved equal. Rated NEMA 7/4X.
2.07 CONDUIT HUBS
A. Conduit hubs for use on raceway system pull and junction boxes shall be watertight,
threaded aluminum, insulated throat, stainless steel grounding screw, as manufactured by
T&B H150GRA Series, or approved equal.
2.08 GROUNDING BUSHINGS
A. Grounding bushings shall be insulated lay-in lug grounding bushings with tin-plated copper
grounding path. Bushings shall have integrally molded noncombustible phenolic insulated
surfaces rated 150°C. Each bushing shall be furnished with a plastic insert cap. The size of
the lug shall be sufficient to accommodate the maximum ground wire size required by the
NEC for the application. Bushings shall be O-Z/Gedney Type ABLG, or approved equal.
2.09 RACEWAY SEALANT
A. Raceway sealantfor use in the sealing of raceway hubs, entering orterminating in boxes or
enclosures where such sealing is shown or specified, shall be 3M 1000NS Watertight
Sealant, or approved equal.
2.10 CONDUIT PENETRATION SEALS
A. Conduit wall and floor seals shall be series CSM as manufactured by the O.Z./Gedney Co.,
or equal.
1. Type CSML-XXXP shall be used for all applications that do not require a recessed
sealing bushing.
2. Type CSMI-XXXP shall be used for all applications that require a recessed sealing
bushing.
2.11 EXPANSION-DEFLECTION FITTINGS
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
A. Combination expansion-deflection fittings with 3/4" axial expansion and contraction
movement, 3/4" parallel misalignment movement, and up to 30 degrees of angular
movement in any direction. It shall be of copper-free alum;num, with exterior bonding jumper
of tinned copper braid and 316 stainless grounding straps, Cooper Crouse-Hinds Modei XD
as manufactured by the Crouse--Hinds Co., or equal. Ny�on tie wraps are not acceptable.
2.12 EXPANSION FITTINGS
A. Expansion fittings shall be 8" movement, copper-free aluminum, with exterior bonding
jumper of tinned copper braid and 316 stainless gro�nding straps, Type XJGSA as
manufactured by Crouse-Hinds Co., or approved equal, with internal grounding. Nylon tie
wraps are not acceptable.+
2.13 EXPLOSION-PROOF SEALS, BREATHERS AND DRAI�VS
A. Explosion proof fittings shall be designed for Class 1 Division 1, Group D, hazardous
locations. Fittings shall be of copper-free aluminum, consist of seals, breathers and drains of
type ED, as required for the application. Fittings shall be as manufactured by the
Crouse-Hinds Co.; Appleton Electric Co.; O.Z./Gedney Go., or equal.
2.14 KEL�UMS GRIPS
A. Kellums grips to support cables shall be of 316 stainless steel.
2.15 CONDUIT MOUNTING EQUIPMENT
A. All pull and junction box supports, spacers, conduit support rods, clamps, hangers, channel,
nut, bolts, washers, etc. and shall be made of 316 stainless steel. Nylon tie wraps are not
acceptable.
2.16 CONDUIT IDENTIFICATION TAGGING
A. The Contractor shall use the tagging formats for conduits as shown on the Drawings. Where
modifications or additions are made to existing equipm�nt, the Contractor shali replace
existing tags with new modified tags.
B. Conduit identification plates shall be embossed stainless steel with stainless steel band,
permanently secured to the conduit without screws. Nylcn tie wraps are not acceptable.
C. Identification plates shall be as manufactured by the Parduit Corp. or equal.
PART 3 EXECUTION
3.01 RACEWAY APPLICATIONS
A. Unless exact locations are shown on the Drawings, the Contractor shall coordinate the
placement of raceway systems and related componerr�s with other trades and existing
installations.
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
B. Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit bodies,
device boxes, or raceway boxes containing less than twelve inches of bend radius.
C. Unless shown on the Drawings or specified otherwise, the raceway type installed with
respect to the location shall be as follows, including all materials:
Racewa S stem Location
1. Ri id Galvanized RSC T e Not acce table for use on this Pro�ect
All embedded raceway bends, underground
duct bank bends of more than 20 degrees, and
2. PVC Coated Aluminum (CRMC) Type all raceway stub-ups to a minimum of 6" above
finished floor or grade and in Chlorine,
Pol mer, and Caustic rooms.
3. Liquidtight Flexible Aluminum (LFMC) Raceway connection to vibrating equipment or
T e as shown on the Drawin s.
4. Rigid Non-metallic, Schedule 40 PVC Underground encased in red dyed reinforced
RNC T e concrete.
5. Rigid Non-metallic, Schedule 80 PVC For use only in Chlorine and Caustic Rooms.
RNC T e
Fixture whip connection to lighting fixtures in
6. Flexible Aluminum (FMC) Type NEMA 12 areas (maximum 3-ft). BX or AC type
refabricated cables are not ermitted.
All above grade areas, except for concrete
7. Aluminum Rigid Metal (RMC) Type embedded and those areas described in
Locations 2 throu h 6 above.
D. All conduit of a given type shall be the product of one manufacturer.
3.02 BOX APPLICATIONS
A. All raceway junction, pull and terminal boxes shail have NEMA ratings for the location in .
which they are installed, and as specified herein.
B. For ali raceway boxes, the distance between each raceway entry inside the box and the
opposite wall of the box shall not be less than eight times the metric designator (trade size)
of the largest raceway in a row. This distance shall be increased for additional entries by the
amount of the sum of the diameters of all other raceway entries in the same row on the
same wall of the box. Each row shall be calculated individually, and the single row that
provides the maximum distance shall be used.
C. Exposed switch, receptacle and lighting outlet boxes and conduit fittings shall be cast
aluminum.
D. All boxes shall be provided with factory mounting lugs. Driiling through the back of any box
or enclosure is prohibited, and if so installed, shall be removed and replaced, with no
increase in the Contract Price or Construction Schedule.
E. No penetrations shall be made in the top of boxes in wet locations.
3.03 DEVICE BOX APPLICATIONS
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
A. Device boxes shall be used for mounting wiring devices such as receptacles, switches,
thermostats, lighting and other permanently mounted devices.
3.04 CONDUIT OUTLET BODIES APPLICATIONS
A. Conduit outlet bodies may be used on conduits up to and including 2-1/2", except where
junction boxes are shown or otherwise specified. For co�duits larger than 2-1/2", junction
boxes shail be used.
3.05 CONDUIT HUB APPLICATIONS
A. Unless specifically stated herein or described on the Drawings, all raceways shail terminate
at an outlet with a conduit hub. Locknut or double locknut :erminations will not be permitted.
B. When conduits contain equipment grounding conductors the wire shall be grounded to the
hub(s) associated with that grounding conductor.
3.06 INSULATED GROUNDING BUSHING APPLICATIONS
A. Insulated grounding bushings shall be used to terminate r�;ceways where the raceways enter
pad-mounted electrical equipment or switchgear from the bottom where there is no wall or
floor pan on which to anchor or terminate the raceway.
B. All other raceways shall terminate on enclosures with a conduit hub, except for NEMA 7
areas.
C. Grounding bushing caps shall remain on the bushing un':il the wire is ready to be pulled.
3.07 CONDUIT FITTINGS APPLICATIONS
A. Combination expansion-deflection fittings shall be installed where conduits cross structure
expansion joints, and where installed in exposed conduit runs such that the distance
between expansion-deflection fittings does not exceed on� hundred fifty (150) feet of conduit
run.
B. Where combination expansion-deflection fittings with exposed non-metallic sections, are
used on the exterior, an aluminum wrap shall be installed loosely over the non-metallic
portion, extending at least 2" beyond the ends. The wrap shall be loosely secured, to permit
movement, with at least two 316 SS fasteners. Nylon tie-wraps are not acceptable.
C. On exposed conduit transitions from underground to above ground, where the earth has
been disturbed to a depth of more than ten feet, an expansion fitting in combination with an
expansion-deflection fitting, as specified, shall be inst211ed on the exposed side of the
transition.
3.08 CONDUIT PENETRATION SEALS APPLICATIONS
A. Conduit wall seals shall be used where underground co�duits penetrate walis or at other
locations shown on the Drawings.
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 600.00-000
B. Conduit sealing bushings shali be used to seal conduit ends exposed to the weather and at
other locations shown on the Drawings.
3.09 EXPLOSION-PROOF SEALS, BREATHERS AND DRAINS APPLICATIONS
A. Fittings consisting of sealing fittings, breathers, drains, with sealing compound and fiber, as
specified herein, shall be used as required to meet ail the requirements of the National
Electrical Code.
3.10 CONDUIT TAG APPLICATIONS
A. All conduits shall be tagged within 1ft. of the entry of equipment, and wail and floor
penetrations.
B. The Contractor shall tag ail underground conduits and ducts at all locations, exiting and
--- entering from underground, including manholes and handholes.
3.11 RACEWAY SEALING
A. Where raceways enter junction boxes or control panels containing electrical or
instrumentation equipment, all entrances shall be of the hub type and sealed with Raceway
Sealant, as specified herein.
B. This requirement shall be strictiy adhered to for all raceways in the conduit system.
3.12 PVC RACEWAY TO PVC COATED ALUMINUM RACEWAY TRANSITIONS
A. Where a transition is made from PVC raceway to PVC coated aluminum raceway, the PVC
raceway shail terminate in a female adapter. A PVC coated aluminum male threaded end, or
fitted with a PVC coated aluminum male adapter, shall be threaded into the PVC raceway.
Aftertightening securely, the transition shall be double layered with 2 in. vinyl electrical tape,
for a distance of 2 inches each side of the threaded joint.
3.13 RACEWAY INSTALLATION
A. Do not instali pull wires and conductors until the raceway system is in place. No wire shall be
installed between outlet points, junction points or splicing points, until raceway sections are
complete, and raceway covers installed for protection of conductors from damage or
exposure to the elements. The occurrence of wire installed in an incomplete installation,
shall require t�e removal of such conductors from the project site, and completion and
inspection of such raceway sections, before new conductors are installed.
B. No conduif smaller than 3/4-in electrical trade size, shall be used, nor shall any have more
than the equivalent of three 90 degree bends in any one run. Pull boxes shall be provided
as necessary.
C. All raceways, installed underground, shall be a minimum size of 2"C.
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
D. Where raceways enter or leave the raceway systerr�, where the raceway origin or
termination, could be subjected to the entry of moisture, rain or liquid of any type, particularly
where the termination of such raceways terminate in any equipment, new or existing at a
lower elevation, such raceways shall be tightly sealed, using Watertight Sealant, at the
higher elevation, both before and afterthe installation of cables, such that there shall be no
entry of water or moisture to the Raceway System at �:ny time. Any damage to new or
existing equipment, due to the entrance of moisture from unsealed raceways, shall be
corrected by complete replacement of such equipment, a� no costto the Owner. Cleaning or
drying of such damaged equipment will not be acceptable.
E. Conduit supports, other than for underground raceways, shall be spaced at intervals of 8-ft
or less, as required to obtain rigid construction.
F. Single conduits shall be supported by means of one-hole pipe clamps in combination with
one-screw back plates, to raise conduits from the surface. Multiple runs of conduits shall be
supported on trapeze type hangers with horizontal members and threaded hanger rods. The
rods shall be not less than 3/8-in diameter. Surface mou�ted panel boxes, junction boxes,
conduit, etc. shall be supported by strut, to provide a minimum of 1/2-in clearance between
wall and equipment.
G. Conduit hangers shall be attached to structural steel by rreans of beam orchannel clamps.
Where attached to concrete surfaces, concrete anchors shall be as specified in Section 26
05 29 Electrical Support Hardware.
H. No raceways or electricai equipment shall be attached t� or supported from, sheet metal
walls.
I. All conduits on exposed work shall be run at right angles t�o and parallel with the surrounding
wall and shall conform to the form of the ceiling. No diagcnal runs will be allowed. Bends in
parallel conduit runs shall be concentric. All conduit shall be run perfectly straight and true.
J. Conduits terminated into enclosures shall be perpendi�ular to the walls where flexible
liquidtight or rigid conduits are required. The use of sho� sealtight elbow fittings for such
terminations will not be permitted, except for connections to instrumentation transmitters,
where multiple penetrations are required.
K. Conduits shall be installed using threaded fittings. Running threads will not be permitted.
L. All conduit fittings on PVC conduit shall be of the glued type.
M. �iquidtight flexible aluminum conduit shall be used far the primary and secondary of
transformers, generatorterminations and otherequipmentwhere vibration is present. Use in
other locations is not permitted, except for connections to instrumentation transmitters,
where multiple penetrations are required. �iquidtight flexi��le aluminum conduit shall have a
maximum length not greater than that of a factory manuFactured long radius elbow of the
conduit size being used. The maximum bending radius s!�all not be less than that shown in
the NEC Chapter 9, Table 2, "Other Bends". BX or AC type prefabricated cables will not be
permitted.
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 10 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
N. Where conduits pass through openings in walls orfloorslabs, the remaining openings shall
be sealed against the passage of flame and smoke.
O. Conduit ends exposed to the weather or corrosive gases shall be sealed with conduit sealing
bushings.
P. Raceways terminating in Control Panels or enclosures outdoors, containing electrical
equipment, shall not enter from the top of the enclosure, and the raceway shall be sealed
with a Watertight Sealant as specified herein.
Q. All conduits from external sources entering or leaving a muitiple compartment enclosure
- shall be stubbed up into the bottom horizontal wireway or other manufacturer designated
area, directly below the vertical section in which the conductors are to be terminated.
Conduits entering from cabie tray shall be stubbed into the upper section.
R. Conduit sealing and drain fittings shall be installed in areas designated as NEMA 4X or
classified areas, and all building penetrations as specified.
S. A conduit identification plate shall be installed on all power, instrumentation, alarm and
control conduits at each end of the run and at intermediate junction boxes, manholes, etc.
Conduit plates shall be installed before conductors are pulled into conduits. Exact
identification plate location shall be coordinated with the City's Project Representative atthe
time of installation to provide uniformity of placement and ease of reading. Conduit numbers
shall be exactly as shown on the Drawings.
T. Mandrels shall be pulled through all existing conduits that wili be reused and through all new
conduits 2-in in diameter and larger prior to installing conductors.
U. 3/16-in polypropylene pull lines shall be installed in all new conduits noted as spares or
designated forfuture equipment.
V. All conduit that may under any circumstance contain liquids such as water, condensation,
liquid chemicals, etc, shali be arranged to drain away from the equipment served. If conduit
drainage is not possible, conduit seals shall be used to plug the conduits at the point of
attachment to the equipment.
W. Conduits shall not cross pipe shafts, access hatches or vent duct openings. They shall be
routed to avoid such present or future openings in floor or ceiling construction.
X. The use of running threads is prohibited. Where such threads are necessary, a 3-piece
union shall be used.
Y. Conduits passing from heated to unheated spaces, exterior spaces, refrigerated spaces,
cold air plenums, etc, shall be sealed with Watertight Sealant as specified herein.
Z. Conduits shall be located a minimum of 3-in from steam or hot water piping. Where
crossings are unavoidable, the conduit shall be kept at least 1-in from the covering of the
pipe crossed.
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 11 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
AA. Conduits terminating at a cable tray shall be supported ir,dependently from the cable tray.
Provide a conduit support within 1-ft of the cable tray. The weight of the conduit shall not
bear on the cable tray.
AB. All changes of direction on PVC coated aluminum conduifi greater than 20 degrees shall be
accomplished using long radius bends. Any field bends shall be made using equipment
designed to prevent damage to the PVC coating.
- END OF SECTION -
RACEWAYS, BOXES AND FITTINGS 26 05 33 - 12 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer project No. 60000-000
SECTION 26 29 23
LOW VOLTAGE VARIABLE FREQUENCY DRIVES (VFDs)
PART 1 -- GENERAL
1.01 SCOPE OF WORK
A. The Contractor shail furnish and install separately enclosed low voltage adjustable
frequency drives, together with appurtenances, compiete and operabie, as specified
herein and as shown on the Contract Drawings. For the purpose of this Specification.
the terms, VFD, ASD. AFD and Inverter are synonymous.
B. All equipment supplied under this Section of the Specifications shall be products of the
__ same Manufacturer, and shaii be contained in one single submittal. Partial submittals
will be returned unreviewed. Submittals shall also contain information on related
equipment to be furnished under this Specification but described in the related Sections
listed in the Related Work paragraph herein. incomplete submittals not containing the
required information on the related equipment wiil also be returned unreviewed.
C. Equipment specified in the Process Equipment Division and supplied as an integral part
of a process equipment manufacturer's package, but referred to this Section for
component details, shall be submitted with the manufacturer's package submittal under
the Process Equipment Sections.
D. The minimum requirements for functionality, and control and alarm inputs and outputs,
are specified herein. Additional requirements shali be as specified in the Process
Equipment Division, Instrumentation Division Equipment, Mechanical Division
Equipment and the Contract Drawings.
E. The VFD manufacturer shall coordinate with the motor manufacturer for the motor being
furnished, and shall provide a certification that the VFD is suitable for the application.
1 A2 RELATED WORK
A. Section 26 05 00 Electrical — General Provisions
B. Section 26 05 29 Electrical Support Hardware
C. Process Equipment Divisions
-- D. Instrumentation Equipment Division
1.03 SUBMITTALS
A. Submittals shall be made in accordance with the requirements of Division 1, Section 01
— 33 00 and as specified herein.
�OW VOLTAGE VARIABLE 26 29 23 - 1 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
. Hazen and Sawyer project No. 60000-000
B. Submittals shall aiso contain information on related equipment to be furnished under this
Specification but described in the related Sections listed in the Related Work paragraph
above. Incompiete submittals not containing the req�:ired information on the related
equipment will also be returned unreviewed.
C. The original equipment manufacturer shall create all equipment shop drawings,
including all wiring diagrams, in the manufacturer's Engineering department. All
equipment shop drawings shall bear the original equipment manufacturer's logo,
drawing file numbers, and shall be maintained on file in the original equipment
manufacturer's archive file system. Photocopies of the Engineer's ladder schematics
are unacceptable as shop drawings.
D. Submit to the City's Project Representative, shop dra�Nings and product data, for the
following:
�
3
4.
5.
6.
7.
8.
9.
10
11
Product data sheets and catalog numbers for all components of the drives,
including motor contactors, drive components, control relays, control stations,
meters, pilot lights, etc. The manufacturer's name shall be clearly visible on the
each cut sheet submitted. List all options, tri� adjustments and accessories
furnished specifically for this project. Clearly mark each sheet to indicate which
items apply and/or those items that do not apply.
Provide drive performance specifications. Sub�nit a manufacturer's harmonics
test on each type of drive being furnished. The test may be on a similar unit with
identical components.
Provide control systems engineering to prcduce custom unit elementary
drawings showing interwiring and interlockinc between components .and to
remotely mounted devices. Include and identify all connecting equipment and
remote devices on the schematics. The notaticn "Remote Device" shall not be
acceptabie. Show wire and terminal numbers. Indicate special identifications for
electrical devices per the Drawings.
Provide plan and elevation drawings of eac:� controller or enclosure, with
dimensions, exterior and interior views, showing component layouts, controls,
terminal blocks, etc.
Schematic diagram, including manufacturer's �elections of component ratings,
and CT and PT ratios.
Nameplate schedule
U� Listing of the completed assembly
Component list with detailed component information, including original
manufacturer's part number.
Conduit entry/exit locations
Assembly ratings including:
a. Short-circuit rating
b. Voltage
c. Continuous current
d. Trip curves for each specified product
Major component ratings including:
a. Voltage
LOW VOLTAGE VARIABLE 26 29 23 - 2 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
b. Continuous current
c. Interrupting ratings
12. Number and size of cables per phase, neutral if present, ground and all cable
terminal sizes.
13. Instruction and renewal parts books.
F. Certification that the VFD being supplied is suitable for the application.
G. Factory Tests. Submittals shall be made for factory tests specified herein.
H. Field Test Reports. Submittals shall be made for fieid tests specified herein.
I. Operation and Maintenance Manuals.
1. Operation and maintenance manuals shall include the following information:
a. Manufacturer's contact address and telephone number for parts and
service.
b. Instruction books and/or leaflets
c. Recommended renewal parts list
d. Record Documents for the information required by the Submittals
paragraph above.
- J. The manufacturer shall submit for approvai, a training agenda for all training specified
herein. Training agenda shall not be submitted until final approval of the Operation and
Maintenance Manual.
1.04 REFERENCE CODES AND STANDARDS
A. All products and components shown on the Drawings and listed in this specification shall
be designed and manufactured according to latest revision of the following standards
(unless otherwise noted):
- 1. NEMA Standard ICS 2— 2000 industrial Control and Systems
2. NFPA 70 — National Electrical Code (NEC)
3. NFPA 70E — Standard For Electrical Safety in the Workplace
4. IEEE 519 (latest revision) - Guide for Harmonic Control and Reactive
Compensation of static Power Converters
- 5. UL 489 — Standard for Safety for Molded-Case Circuit Breakers
6. U� 508C — Power Conversion Equipment
7. NEMA ICS 2— Starters, Contactors, Overioad Relays, Rated Not More Than 200
Volts AC or 750 Volts DC.
8. NEMA ICS 6— Industriai Control and Systems Enclosures
9. NEMA ICS 7.0 — Industrial Controls & Systems for VFD
10. IEC 61200-2 — Vibration Levels
11. IEC 61800-02 and -3 — Adjustable Speed Electricai Power Drive Systems
___ a. Fulfill all EMC immunity requirements
12. EN 50082-1 and -2 — Test Standards
�OW VOLTAGE VARIABLE 26 29 23 - 3 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
�
C
in the case of conflict between the requirements of this Section and those of the listed
documents, the requirements of this Section shall prevail.
All equipment components and completed assemblies specified in this Section of the
Specifications shall bear the appropriate label of Undervvriters Laboratories.
1.05 QUALITY ASSURANCE
A. The manufacturer of this equipment shall have produced similar equipment for a
minimum period of ten years. When requested by the Engineer, an acceptable list of
installations with similar equipment shall be provided demonstrating compliance with this
requirement.
B. The manufacturer of the assembly shall be the manufacturer of the major components
within the assembly. Ali assemblies shall be of the same manufacturer. Equipment that
is manufactured by a third party and "brand labeled" sh�ll not be acceptable.
C. All components and material shall be new and of the !atest field proven design and in
current production. Obsolete components or compcnents scheduled for immediate
discontinuation shall not be used.
D.
E.
F.
1.06
Equipment submitted shall fit within the space shown on the Drawings. Equipment which
does not fit within the space is not acceptable.
For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified.
Equipment submitted shall fit within the space shown or� the Drawings. Equipment which
does not fit within the space is not acceptable.
JOBSITE DELIVERY, STORAGE AND HANDLING
A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal
requirements, and present to the City's Project Representative upon delivery of the
equipment, an approved copy of all such submittals. Delivery of incomplete constructed
equipment, onsite factory work, or failed factory tests will not be permitted.
B. Equipment shall be handled and stored in accordance with manufacturer's instructions.
Two copies of these instructions shall be included with the equipment at time of
shipment, and shall be made available to the Contractor and City's Project
Representative.
C. Shipping groups shall be designed to be shipped by t.�uck, rail, or ship. Indoor groups
shali be bolted to skids. Breakers and accessories shail be packaged and shipped
separately.
D. Equipment shall be installed in its permanent finished location shown on the Drawings
within seven calendar days of arriving onsite. If the equipment cannot be installed within
seven calendar days, the equipment shall not be delivered to the site, but stored offsite,
LOW VOLTAGE VARIABLE 26 29 23 - 4 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
at the Contractor's expense, until such time that the site is ready for permanent
installation of the equipment.
E. Where space heaters are provided in equipment, provide temporary electrical power
and operate space heaters during storage, and after equipment is instailed in
permanent location, until equipment is piaced in service.
- 1.07 WARRANTY
A. The Manufacturer shall warrant the equipment to be free from defects in material and
_ workmanship for 3 years for up to 75 HP VFDs, and 5 years for larger than 75 HP, to
commence on the date of finai acceptance of the equipment. Within such period of
- warranty the Manufacturer shall promptly furnish all material and labor necessary to
return the equipment to new operating condition. Any warranty work requiring shipping
or transporting of the equipment or components shail be performed by the
Manufacturer, at no expense to the Owner.
PART 2 -- PRODUCTS
__ 2.01 MANUFACTURERS
A. Subject to compiiance with the Contract Documents, the following Manufacturers are
acceptable:
ADD 2 1 • ��-B
Cutler-Hammer
- 2. No Equal
B. The listing of specific manufacturers above does not imply acceptance of their products
that do not meet the specified ratings, features and functions. Manufacturers listed
above are not relieved from meeting these specifications in their entirety.
C. All equipment furnished under this Section shall be of the same manufacturer as
existing Motor Control Center. New VFDs shall be the latest version, same model of
existing VFDs.
ADD 2 D. Type
1. Model: SV903flAC
2.02 RATINGS
A. Service Conditions
1. The Drawings indicate the approximate horsepower and intended controi
scheme of the motor driven equipment. Provide the VFD, auxiliary components
- and equipment where shown or specified, and matched to the motors and
�OW VOLTAGE VARIABLE 26 29 23 - 5 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
�
3.
4
5
6
7
8
9
controi equipment actually supplied, in compiiance with the NEC. Ail variations
necessary to accommodate the motors and controls as actually furnished shall
be made without extra cost to the Owner.
The service voitage, shall be as shown on the Drawings. The overall short circuit
withstand and interrupting rating of the VFD a,�d devices shall be equal to or
greater than the overall short circuit withstand and interrupting rating of the
feeder device immediately upstream of the adjustable frequency drives.
Adjustabie frequency drives shall be tested and UL labeled for the specified
short circuit duty in combination with the motor b��anch circuit protective device.
The drive shall be UL and cU� listed and not require external fuses. The drive
shail also be CE labeled and comply with siandards EN 61800-3 for EMC
compliance and EN 61800-2 for low voltage compliance.
The drive shall be capable of operating in compliance with IEEE 519-1992.
Input power: Selectabie for 200-240 or 380-480 VAC, 3-phase power input.
Input frequency: 57 to 63 Hz.
Ambient temperature: -10 degrees C to 50 degrves C(Enclosed).
Elevation: Up to 3300 feet above mean sea level.
Relative humidity: Up to 90 percent non-condensing.
B. The VFD, for both constant and variable torque applic�:tions, shall be sized for a motor
one NEMA size larger than the motor being supplied.
C. The VFD output shali be 100 percent rated current coniinuous, suitable for operation of
the driven equipment over a 30:1 speed range wit�out overloading or low speed
cogging. Drives shali be capable of a continuous ov�rload up to 110 percent rated
current and a maximum 150 percent overload for 1 minute. Starting torque shall be
matched to the load.
D. Rated output voltage shall be programmabie for motor ratings from 180 to 240 volts, or
from 320 to 480 volts.
E. The Drive shali be able to operate after a voltage dip below 175 VAC on 230 VAC input
power and 310 VAC on 460 VAC input power for 15 milliseconds at 85% fuil load current
without any disturbances in output power delivered to th� load.
F. The VFD output voltage shall vary with frequency to m�intain a constant volts/hertz ratio
up to base speed (60 hertz) output. Constant or linear voltage output shall be supplied
at frequencies greater than base speed (60 hertz).
G. The VFD overload current rating shail be 110% of rated current for one minute for
variable torque applications and 150% of rated current for constant torque applications,
in an ambient temperature of 104°F.
H. The VFD shall have efficiency at full load and speed that exceeds 95% for VFDs below
15 HP and 97% for drives 15 HP and above. The efficiency shall exceed 90% at 50%
speed and load.
�OW VOLTAGE VARIABLE 26 29 23 - 6 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
I. The true power factor shail be 0.95 or better at any speed, measured at drive input
terminais.
J. The voltage regulation shali be plus or minus 1 percent of rated value, no load to full
load.
K. Output Frequency Drift shali be not more than plus or minus 0.5 percent from setpoint.
L. VFDs shail withstand five cycle transient voltage dips of up to 15 percent of rated
voltage without an undervoltage trip or fault shutdown, while operating a variable torque
load.
M. Line notching, transients, and harmonics on the incoming line shall not affect drive
performance.
N. The VFDs shall meet IEC 61200-2 for vibration leveis.
O. The VFDs shall be able to withstand voltage variations of -15% to +10% and imbalance
up to 3% without tripping or affecting drive performance.
_ P. For additional requirements and construction notes, refer to the Drawings.
. 2.03 CONSTRUCTION
A. Generai
�
2
3
�
��
Refer to Drawings for: actual layout and location of equipment and components;
current ratings of devices, components; protective relays, voltage ratings of
devices, components and assemblies; and other required details.
Control units shall be arranged as shown on the Drawings.
Surge Protective Devices
a. Furnish where shown on the Drawings, or specified herein, a
manufacturer provided and installed, a Low Voltage Surge protective
Device (SPD).
b. Connection to the switchgear shall be with a surge rated disconnect,
mounted integral to the switchgear.
c. Except for VFD components, where the equipment contains a
programmable logic controller (PLC) or a uninterruptible power supply
(UPS), the equipment manufacturer shall furnish factory installed, a
dedicated Point of Utilization Device (SPD), with disconnecting means.
Where Kirk-Key arrangements are used, the Kirk keyed interlocks shail be Kirk
HD Series (Heavy Duty) 316 Series of 316 stainless steel, or approved equal.
Nameplates
a. External
1) Nameplates shall be engraved, laminated impact acrylic, matte
finish, not less than 1/16-in thick by 3/4-in by 2-1/2-in, Rowmark
322402. Nameplates shall be 316 SS screw mounted to all
enclosures except for NEMA 4 and 4X. Nameplates for NEMA 4
LOW VO�TAGE VARIABLE 26 29 23 - 7 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
2)
3)
0
and 4X enclosures shall be attached with double faced adhesive
strips, TESA TUFF TAPE 4970, .009 X�/2", or equal. Prior to
installing the nameplates, the mVtal surface shall be thoroughly
cleaned with 70% alcohol untii all residue has been removed.
Epoxy adhesive or foam tape is not acceptable.
There shall be a master nameplate that indicates equipment
ratings, manufacturer's name, s�op order number and general
information. Cubicle nameplates shail be mounted on the front
face, on the rear panei and inside the assembly, visible when the
rear panel is removed.
Provide permanent warning signs as follows:
a) "Danger- High Voltage- Keep Out" on all doors.
b) "Warning- Hazard of Electric Shock - Disconnect Power
Before Opening or Working On This Unit" on main power
disconnect.
b. Internal
1) Control components mounted wiEhin the assembly, such as fuse
blocks, relays, pushbuttons, svvitches, etc., shall be suitably
marked for identification, corresponding to appropriate
designations on manufacturer's wiring diagrams.
c. Special
1) Identification nameplates shall be white with black letters, caution
nameplates shall be yellow w;th black letters, and warning
nameplates shall be red with white letters.
Control Devices and Indicators
a. All operating control devices, indicators, and instruments shall be
securely mounted on the panel door. Ali controls and indicators shall be
30mm, corrosion resistant, NEMA 4X/13. Booted control devices are not
acceptable. Auxiliary contacts shall be p;�ovided for remote run indication
and indication of each status and alarm condition. Additional controis
shall be provided as specified herein and as required by the detailed
mechanical and electrical equipment requirements.
b. Indicator lamps shall be LED type. For all control applications, indicator
lamps shall incorporate a push-to-test feature. Lens colors shall be as
follows:
1) Red for ON, Valve OPEN, and Br�aker CLOSED.
2) Green for OFF, Valve CLOSED and Breaker OPEN.
3) Amber for FAIL.
4) Blue for READY
5) White for POWER ON.
c. Mode selector switches (HAND-OFF-AUTO, �OCAL-OFF-REMOTE, etc)
shall be as shown on the Drawings. Units shall have the number of
positions and contact arrangements, as yequired. Each switch shall have
an extra dry contact for remote monitoring.
d. Pushbuttons, shall be as follows:
1) Red for STOP, Valve OPEN, Breaker OPEN and mushroom Red
for EMERGENCY STOP.
2) Green for START, Valve CLOSE and Breaker CLOSE.
LOW VOLTAGE VARIAB�E 26 29 23 - 8 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen ard Sawyer project No. 60000-000
1'1
E:a
0
10
11
3) Black for RESET.
e. Furnish nameplates for each device. All nameplates shali be laminated
plastic, black lettering on a white background, attached with stainless
steel screws. Device mounted nameplates are not acceptable.
f. The manufacturer shali not remove, reuse, alter, or replace original
equipment nameplates or equipment tags associated with equipment or
components supplied by the manufacturer's suppliers and sub-suppliers.
g. Control and Instrument Power Transformers
1) Control power transformers shall be provided where shown on the
Drawings. Transformer shall be sized for the entire load, including
space heaters, plus 25% spare capacity.
2) Control power transformers shall be 120 volt grounded secondary.
Primary side of the transformer shall be fused in both legs. One
leg of the transformer secondary shall be solidly grounded while
the other leg shali be fused.
A failure alarm with horn and beacon light shall be provided when required or
specified. Silence and Reset buttons shall be furnished. Alarm horn and beacon
shall be by Federal Signal; Crouse-Hinds, or equal, NEMA 4X for all areas
except for NEMA 7 areas, which shall be NEMA 7 cast aluminum.
Where specified or shown on the Drawings, a six digit, non-resettable elapsed
time meter shall be installed on the face of each motor starter.
Each VFD shall have an HMCP or thermal magnetic circuit breaker, as shown on
the Drawings, to provide a disconnect means. VFDs above 75HP shall have a
solid state circuit breaker. Disconnecting means shall have a through the door
lockable handle, mechanically interiocked with the enclosure door. The
disconnect shall not be mounted on the door. The handle position shall indicate
ON, OFF, and TRIPPED condition. The handle shail have provisions for
padlocking in the OFF position with at least three padlocks. Interlocks shall
prevent unauthorized opening or closing of the VFD door with the disconnect
handle in the ON position. Door handle interlock shall be defeatable only by
qualified maintenance personnel.
Each VFD shall have the application specific, Hand-Off-Remote and Auto-
Manual selector switches for local and remote Auto-Manual operation, provisions
to accept a remote dry contact closure to start and stop the drive with the drive
control system in the AUTO mode, provisions to accept a 4-20 mA dc input
signal for remote speed control, and other input, output and communications
interfaces as shown on the Drawings. Inputs shall be isolated at the drive and
active with the drive control system in the AUTO mode.
Each VFD shall be microprocessor based with an LED and LCD display to
monitor operating conditions. The Drive display section shail allow for local
operation and setting of Drive function codes and display fault indication and
reasons associated with the fault. The LED display shall offer nine different
display settings and the LCD shail have the capacity to display five lines of
information at a time. The keypad shall be capable of copying, uploading and
downloading drive function codes. Displays and settings shali be as specified for
each of the horsepower ranges of VFDs.
B. Enclosures
LOW VO�TAGE VARIABLE 26 29 23 - 9 VCWRF GBT Addition
FREQUENCY DFiIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
0
E
Provide NEMA 7/4X, cast aluminum enclosures for indoor/outdoor use in
hazardous (classified as Class 1, Division 1, Groups B, C and D), as defined in
NFPA 70.
Provide NEMA 4X Aluminum Enclosures where specifically designated herein or
shown on the Drawings.
Provide Non-metallic type NEMA 4X enclosures, of PVC or fiberglass reinforced
polyester, for Chlorine, Caustic and other Chemical Rooms. Fiberglass
enclosures shall not be used in the presence of sodium hypochlorite.
Provide NEMA 12 enclosures where specifically designated herein or as shown
on the Drawings.
Provide NEMA 4X 316 Stainless Steel enclosures for all other areas, unless
specifically stated otherwise, or shown on the Drawings.
NEMA Types 1 or 1A enclosures will not be permitted, unless specifically stated
in the Specification for the equipment, or shown �n the Drawings.
All enclosures instalied outdoors shall have a factory applied, suitable primer and
final coat of weather-proof white paint.
All enclosures shall be padlockable.
The enclosure outer door shall have a rear mounted pocket, containing
laminated copies of the Control schematics.
Overload tables shail be laminated and adhered to the inside of the door.
Provide a flange mounted, or through the door, disconnect operating handie with
mechanicai interlock that shall allow the enclosure door to open to open only
when the circuit breaker or switch is in the OFF position.
The VFD shail have complete front accessibility with easily removable
assemblies.
Cooling Fans
1. Fans shall be furnished for VFDs, as required b�.� the manufacturer, to provide air
circulation and cooling. The fan shall be controiled by a thermostat and shall
operate only when the drive is "ON" and for a cool-down period after the drive
has stopped. Otherwise the fan shall not run when the drive is "OFF". Louvers, if
provided, shall have externally removable filters. The filter shall be metallic and
washable.
2. Fan motors shail be protected by an input circuit breaker. Metal squirrel cage ball
bearing, three phase fan motors with 10-year design life shall be used in the
drive design. Plastic muffin fans are not acceptable. Fan power shall be obtained
from a tap on the main control power transformer.
3. A"loss of cooling" fault shall be furnished. in the event of clogged filters or fan
failure, the drive shall produce an alarm and then, in a predetermined time, shut
down safely without electronic component failure.
4. Redundant fans shall be provided in the drive design as backup in the event of
fan failure.
Internal Wiring
Wiring: Tinned stranded copper, minimum size No. 14 AWG, with 600 Volt, 90
degree C, flame retardant, Type MTW thermoplastic insulation, NEMA Class II,
�OW VOLTAGE VARIABLE 26 29 23 - 10 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
2
3.
4.
Type B wiring. Line side power wiring shall be sized for the full rating or frame
size of the connected device.
Identification: Numbered sleeve type wire markers at each termination point,
color coding per NEMA standards and the NEC. Foreign voltage control wiring
shall be yellow.
All wiring shall be tagged and coded with an identification number as shown on
the Drawings. Coding shall be typed on a heat shrinkable tube applied to each
end showing origination and destination of each wire. The marking shall be
permanent, non-smearing, solvent-resistant type similar to Raychem TMS-SCE,
or equal.
All wiring shail be neatly bundled with ty-raps and supported to wire way
supports. Control wiring shall be bundled separately from power wiring. In
addition, low signal wiring (millivolt and milliamp) shall be bundle separately from
the rest of the control wiring.
F. Field Installed Internal Wiring
�
3
Field installed interior wiring shall be neatiy grouped by circuit and bound by
plastic tie wraps. Circuit groups shall be supported so that circuit terminations
are not stressed. in addition, low signal wiring (millivolt and milliamp) shall be
bundle separately from the rest of the control wiring.
Ali field wiring shall be tagged and coded with an identification number. Coding
shall be typed on a heat shrinkable tube applied to each end of the wire. The
marking shall be a permanent, non-smearing, solvent-resistant type similar to
Raychem TMS-SCE, or equal
In general, all conduit entering or leaving equipment shail be stubbed up into the
bottom of the enclosure directly below the area in which the conductors are to be
terminated, or from the top if shown on the Drawings. Conduits shall not enter
the side unless approved in writing by the City's Project Representative.
G. Control Relays
1. Control relays shall be 300 volt, industrial rated, plug-in socket type, housed in a
transparent polycarbonate dust cover, designed in accordance with UL Standard
508 for motor controller duty. Continuous contact rating shall be 10 amperes
resistive, '/a HP at 120 VAC, operating temperature minus 10 to plus 55 degrees
C. Provide spare N.O. & N.C. contacts. Relays shall be equipped with neon coil
- indicator light. Timing relays shall be 300 Volt, solid state type, with rotary switch
to select the timing range. All relays provided in the equipment shall be NEMA
rated. IEC rated relays are not acceptable.
2.04 ADJUSTABLE FREQUENCY DRIVES (VFDS) FOR MOTORS 60 HP AND SMALLER
A. General
Each VFD shall be a 6-pulse, Puise Width Modulated (PWM) design converting
the utility input voltage and frequency to a variable voltage and frequency output
via a two-step operation, designed for use with standard induction motors,
LOW VO�TAGE VARIABLE 26 29 23 - 1 1 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
2
3
L�
7.
8.
9.
10
11
12
13
constant or variable torque as required for th� load application, with current
limiting input fuses, incoming line reactors, cir�uit breaker disconnect, control
transformer overload relays and process signal follower card. Drives shall be UL
listed. Adjustable frequency drives manufactured for HVAC applications are not
acceptable. Adjustable Current Source VFDs are not acceptable. The output
devices shall be Insulated Gate Bipolar Transistors (IGBTs). Bipolar Junction
Transistors, GTOs or SCR' are not acceptable.
The VFD shall have an EMI/RFI filter as standard.
Each VFD shall consist of the following general components:
a. Full wave diode rectifier to convert suppl�r AC to a fixed DC voltage.
b. DC link capacitors
c. Insulated Gate Bipolar Transistor (IGBT) power section. The power
section shali use vector dispersal pulse width modulated (PWM) control
and soft switching IGBTs.
d. Microprocessor based control and displa;� section.
The VFD shali be able to start into a spinning motor. The VFD shall be able to
determine the motor speed in any direction and resume operation without
tripping. If the motor is spinning in the reverse direction, the VFD shall start into
the motor in the reverse direction, bring the moior to a controlled stop, and then
accelerate the motor to the preset speed.
The Drive shall maintain set frequency regardle�s of load fluctuations.
The Drive shall be able to operate after a voltage dip below 175 VAC on 230
VAC input power and 310 VAC on 460 VAC in�ut power for 15 milliseconds at
85% fuil load current without any disturbances in output power delivered to the
load. If power exceeds this level, six different modes or active and inactive
restart modes shall be available. The decrease in motor speed shall be
adjustable in the event of a momentary power outage.
The Drive shall have a programmable start frequency, adjustable from 0.1 to 60
hertz, with a 1 hertz resolution and with a holdirg time adjustable from 0.1 to 10
seconds.
The Drive shall have IGBT soft switching and � low noise control power supply
system to reduce the noise from the drive.
The Drive shall have a frequency bias (starting frequency) function
programmable from -120 to +120 Hz of maximum frequency, with 0.1 Hz
resolution.
Drive frequency gain shall be programmable from 0-200%, with 0.1 % resolution.
The Drive shall be capable of motor slowdown or stop by selectable regenerative
(to the DC link) dynamic braking while following one of the four selectable
deceleration ramps, and control the braking torque by setting it's value from 0,
20 to 150%, 999 (no limit) of Drive rating. It shall also be capable of changing
the rate of deceleration automatically by stopping the braking action long enough
to avoid Drive over-voltage trip.
The Drive shall be capable of starting into a rotating load (forward or reverse)
and shall smoothly accelerate or decelerate to the set point without experiencing
component damage.
The Drive shall be capable of stopping by sel�ctable DC injection braking. It
shall be adjustable from 0 to 100% braking I�vel and have a programmable
starting frequency for DC braking (0.2-60 hertz) and programmable braking time
LOW VOLTAGE VARIABLE 26 29 23 - 12 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
(0.1 to 30.0 seconds).
14. The Drive shall have a start Frequency Setting that incorporates a Holding Time
at the Frequency Setting, adjustable up to 10 seconds in duration.
15. The Drive shall provide at least three selectable skip frequencies with
programmable band widths, adjustable 0 to 30 Hz , which shall not allow
operation at or near mechanical resonance speeds.
16. The Drive shali provide selectable slip compensation, which shall sense output
current and adjust output
17. The Drive shall have Droop operation, balancing drooping characteristics to
speed and load variations. This function shall be adjustabie from —9.9 to 0.0 Hz.
18. The Drive shali have a selectable Torque Limiting function for both motoring and
braking that shall sense an overload condition and shall reduce frequency and
current temporarily untii the load reaches acceptable levels. If the overload
condition is not settled in the proper amount of time, the Drive shall trip on
overload. The Torque Limiting shall be programmable from 20-150% of Drive
rated motor torque (30 HP an below) and from 20-150% of Drive rated motor
torque (40 HP and above), with 1% resolution.
19. The Drive shail have a selectable electronic inverse time thermal overload
function as required by NEC and UL Standard 991 for an AC Induction Motor
(Refer to applicabie codes for specific installation requirements). The overload
shali be programmable from 20 - 135% of Drive rated current.
20. The Drive shail have an over-voltage protection function that operates if supply
voltage rises above rated value or by motor's regeneration.
21. The Drive shall treat short circuits in either the output load or the output module
as an over-current.
22. If the Drive heat sink temperature exceeds approximately 100o C, the Drive shall
shut down on over temperature fault.
23. The Drive shall provide output ground fault protection.
B. Control and Monitor Interface
E
The Control shali have a graphic back-lit liquid crystal display (LCD) which can
be configured to display frequency, current, function code set points, or drive
status and fault codes. it shall display lines with characters of text, providing
display at a minimum of:
a. Monitor
b. Operate
c. Parameter setup
d. Actual parameter values
e. Active faults
f. Fault history
g. LCD adjustments
Setups and Adjustments
a. Start command from keypad, remote or communications port
b. Speed command from keypad, remote or communications port
c. Motor direction selection
d. Maximum and minimum speed limits
e. Acceleration and deceleration times, two settable ranges
LOW VO�TAGE VARIABLE 26 29 23 - 13 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
f. Critical (skip) frequency avoidance
g. Torque limit
h. Multiple attempt restart function
i. Multiple preset speeds adjustment
j.. Catch a spinning motor start or normal start selection
k. Programmable analog output
I. DC brake current magnitude and time
m. PID process controller
3. System Interfaces
a. Remote manual/auto
b. Remote start/stop
c. Remote forward/reverse
d. Remote preset speeds
e. Remote external trip
f. Remote fault reset
g. Process control speed reference interface, 4-20mA DC
h. Potentiometer and 1-10VDC speed reference interface
i. Two RS-485 programming and operation interface ports
C. Outputs — A minimum of two discrete programmable digital outputs, one programmable
open collector output, and one programmable analog output shall be provided, with the
following available at minimum:
1. Programmable relay outputs with one set cf Form C contacts for each,
selectable with the following available at minimum:
a. Fault
b. Run
c. Ready
d. Reversed
e. Jogging
f. At speed
g. Torque Limit Supervision
h. Motor rotation direction opposite of commanded
i. Over-temperature
2. Programmable open collector output with avai abie 24VDC power supply and
selectable with the following available at minimum:
a. Fault �
b. Run
c. Ready
d. Reversed
e. Jogging
f. At speed
g. Torque Limit Supervision
h. Motor rotation direction opposite of commanded
i. Over-temperature
3. Programmable analog output signal, selectable with the following available at
minimum:
a. Motor current
LOW VOLTAGE VARIABLE 26 29 23 - 14 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
b. Output frequency
c. Frequency reference
d. Motor speed
e. Motor torque
f. Motor power
g. Motor voltage
h. DC-bus voltage
i. A11 (Analog Input 1)
j. Al2 (Analog Input 2)
2.05 ADJUSTABLE FREQUENCY DRIVES (VFDS) FOR MOTORS �ARGER THAN 60 HP
A. General
3
4
5
6
7
8
9
Each drive shall be a minimum 18-pulse, IGBT based sinusoidal PWM type AC
Drive capable of operating a squirrei cage induction motor with a full load current
equai to or less than the continuous output of the Drive. The drive panel shall
incorporate a phase shift transformer and a minimum 18 pulse converter.
Regulator technology shall be software configurable to either V/Hz (single or
multi motor) mode or Sensorless Dynamic Torque Vector mode (single motor).
Full, closed loop flux vector control shall be available for constant torque
applications. In V/Hz mode at base speed (60 hertz) and below, the Drive shall
operate in constant volts per hertz mode. Above base speed (60 hertz), the
Drive may selectively operate in either a constant volt per hertz mode or a
constant voltage extended frequency mode.
The VFD shall be able to start into a spinning motor. The VFD shall be abie to
determine the motor speed in any direction and resume operation without
tripping. If the motor is spinning in the reverse direction, the VFD shall start into
the motor in the reverse direction, bring the motor to a controiled stop, and then
accelerate the motor to the preset speed.
The Drive shall maintain set frequency regardless of load fluctuations.
The Drive shall be able to operate after a voltage dip below 175 VAC on 230
VAC input power and 310 VAC on 460 VAC input power for 15 milliseconds at
85% full load current without any disturbances in output power delivered to the
load. If power exceeds this level, six different modes or active and inactive
restart modes shall be available. The decrease in motor speed shall be
adjustable in the event of a momentary power outage.
The Drive shali have a programmable start frequency, adjustable from 0.1 to 60
hertz, with a 1 hertz resolution and with a holding time adjustable from 0.1 to 10
seconds.
The Drive shall have IGBT soft switching and a low noise control power supply
system to reduce the noise from the drive.
The Drive shail have a frequency bias (starting frequency) function
programmable from -120 to +120 Hz of maximum frequency, with 0.1 Hz
resolution.
Drive frequency gain shall be programmable from 0-200%, with 0.1 % resolution.
The Drive shall be capable of motor slowdown or stop by selectable regenerative
(to the DC link) dynamic braking while foilowing one of the four selectable
LOW VOLTAGE VARIABLE 26 29 23 - 15 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
10
11
12
13
14
15
16
17.
18.
19.
20.
21.
deceleration ramps, and control the braking torque by setting it's value from 0,
20 to 150%, 999 (no limit) of Drive rating. It shall also be capable of changing
the rate of deceleration automatically by stopping the braking action long enough
to avoid Drive over-voltage trip.
The Drive shall be capable of starting into a ratating load (forward or reverse)
and shall smoothly accelerate or decelerate to the set point without experiencing
component damage.
The Drive shall be capable of stopping by selectable DC injection braking. it
shall be adjustable from 0 to 100% braking level and have a programmable
starting frequency for DC braking (0.2-60 hertz) and programmable braking time
(0.1 to 30.0 seconds).
The Drive shall have a start Frequency Setting ihat incorporates a Holding Time
at the Frequency Setting, adjustable up to 10 seconds in duration.
The Drive shall provide at least three se'ectable skip frequencies with
programmable band widths, adjustable 0 to 30 Hz , which shall not allow
operation at or near mechanical resonance spee�s.
The Drive shall provide selectable slip compensation, which shall sense output
current and adjust output
The Drive shall have Droop operation, balancing drooping characteristics to
speed and load variations. This function shall be adjustable from —9.9 to 0.0 Hz.
The Drive shall have a selectable Torque Limitir.g function for both motoring and
braking that shall sense an overload condition and shall reduce frequency and
current temporarily until the load reaches acceptable levels. If the overload
condition is not settled in the proper amount of time, the Drive shall trip on
overload. The Torque Limiting shall be programmable from 20-150% of Drive
rated motor torque (30 HP an below) and from 20-150% of Drive rated motor
torque (40 HP and above), with 1% resolution.
The Drive shail have a selectable electronic inverse time thermal overload
function as required by NEC and UL Standard 991 for an AC Induction Motor
(Refer to appiicable codes for specific installation requirements). The overload
shall be programmable from 20 - 135% of Drive � ated current.
The Drive shail have an over-voitage protection function that operates if supply
voltage rises above rated value or by motor's regeneration.
The Drive shall treat short circuits in either the output load or the output module
as an over-current.
If the Drive heat sink temperature exceeds approximately 100° C, the Drive shall
shut down on over temperature fault.
The Drive shall provide output ground fault protection.
B. Control and Monitor Interface
The Control shall have a graphic back-lit liquid crystal display (�CD) which can
be configured to display frequency, current, function code set points, or drive
status and fault codes. it shall display lines vtith characters of text, providing
display at a minimum of:
a. Monitor
b. Operate
c. Parameter setup
LOW VOLTAGE VARIAB�E 26 29 23 - 16 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
d. Actual parameter values
e. Active faults
f. Fault history
g. LCD adjustments
2. Setups and Adjustments
a. Start command from keypad, remote or communications port
b. Speed command from keypad, remote or communications port
c. Motor direction selection
d. Maximum and minimum speed limits
e. Acceleration and deceleration times, two settable ranges
f. Critical (skip) frequency avoidance
g. Torque limit
h. Multiple attempt restart function
i. Multiple preset speeds adjustment
j.. Catch a spinning motor start or normal start selection
k. Programmable analog output
I. DC brake current magnitude and time
m. PID process controller
3. System Interfaces
a. Remote manual/auto
b. Remote start/stop
c. Remote forward/reverse
-- d. Remote preset speeds
e. Remote external trip
f. Remote fault reset
g. Process control speed reference interface, 4-20mA DC
h. Potentiometer and 1-10VDC speed reference interface
i. Programming interface port.
C. Outputs — A minimum of two discrete programmable digital outputs, one programmable
open collector output, and one programmable analog output shall be provided, with the
following available at minimum:
1. Programmable relay outputs with one set of Form C contacts for each,
selectable with the following available at minimum:
___ a. Fault
b. Run
c. Ready
d. Reversed
e. Jogging
f. At speed
g. Torque Limit Supervision
h. Motor rotation direction opposite of commanded
i. Over-temperature
2. Programmable open collector output with available 24VDC power supply and
selectable with the following available at minimum:
a. Fauit
b. Run
LOW VO�TAGE VARIABLE 26 29 23 - 1 7 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
3
c. Ready
d. Reversed
e. Jogging
f. At speed
g. Torque Limit Supervision
h. Motor rotation direction opposite of commanded
i. Over-temperature
Programmable analog output signal, selectable with the following available at
minimum:
a. Motor current
b. Output frequency
c. Frequency reference
d. Motor speed
e. Motor torque
f. Motor power
g. Motor voltage
h. DC-bus voltage
i. A11 (Analog Input 1)
j. Al2 (Analog Input 2)
2.07 REMOTE MONITORING AND CONTROL INTERFACE
A. General: Ali control and interconnection points from th� equipment to the plant control
and monitoring system shall be brought to a sepa�ate connection box. No field
connections shall be made directly to the equipment control devices. Functions to be
brought out shall be as specified in the Instrumentation �ivisions.
�
C
Discrete control or status functions shall be form C relays with contacts rated at 120
volts AC. Analog signals shall be isolated from each oth�r.
Equipment functions to be directly interfaced to the Plart Control and Monitoring System
shall be designed for operation with an Ethernet Connection.
D. The equipment manufacturer shall factory enter the proper IP Address for such
connection. Upon request by the Contractor, the City's Project Representative will
provide the proper Internet Protocol Address (IP Address), to be configured by the
equipment manufacturer.
E. Refer to the Instrumentation Divisions for monitored parameters.
F. Communication
For remote monitoring, one of the following communication capabilities shall be
provided:
a. One integral 10/100BaseT Ethernet �ort supporting Modbus TCP,
Ethernet IP and SNMP protocols.
b. One media protocol converter, interfaci!�g the provided equipment to a
10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and
LOW VOLTAGE VARIABLE 26 29 23 - 18 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
SNMP.
2. The protocol interface shall implement the following:
a. All data shall be available and/or mirrored within the Modbus 4x or
"Holding Register" memory area.
b. Register 4x00001 shali exist and be readable to allow simple, predictabie
°comm tests".
3. The media protocol converter shall meet the following criteria:
a. The converter shall support 10/100Base-T Ethernet. The serial port
speed (baud rate) shall support 230kbps. The protocoi shall support
Modbus TCP, Ethernet IP, DF1, and Modbus RTU/ASCiI. Protocol shall
be Web Browser configurable.
b. Operating limits shall be 0-60 degrees C, with humidity range minimum of
5-90 percent. Shock capability on the serial port shall be ESD +15 kV air
GAP meeting IEC 1000-4-2. Power requirements shall be 9-30VDC at
0.5A minimum.
c. The converter shall have LED status for serial, signals, power, and
Ethernet.
d. The converter housing shall be UL 1604, Class 1 Div 2, DIN Rail
mountable. The converter shall have DB-9M port connection, with screw
terminals, to the input.
e. Converter shall be Digi One IAP, or approved equal.
- - 2.08 SPARE PARTS
A. Provide the following spare parts:
1. 3— Control fuses of type used.
2. 3— Power fuses of type used.
B. Spare parts shall be boxed or packaged for long term storage and clearly identified on
the exterior of package. Identify each item with manufacturers name, description and
part number
2.09 FACTORY TESTING
_ A. The VFDs shall be completely assembled, wired, and adjusted at the factory and shall
be given the manufacturer's routine shop tests and any other additional operational test
to insure the workability and reliable operation of the equipment.
B. Factory test equipment and test methods shali conform with the latest applicable
requirements of ANSI, IEEE, UL, and NEMA standards.
C. The operational test shall include the proper connection of supply and control voltage
and, as far as practical, a mockup of simulated control signals and controi devices shall
be fed into the boards to check for proper operation.
PART 3 -- EXECUTION
LOW VOLTAGE VARIABLE 26 29 23 - 19 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
3.01 MANUFACTURER'S REPRESENTATIVE
A. Provide the services of a qualified factory-trained manu:`acturer's field engineer to assist
the Contractor in installation and start-up of each type of the equipment specified below
for a period of not less than 2 working days, with not less than one working day per
VFD. The manufacturer's field engineer shall provide technical direction and assistance
to the Contractor in general assembly of the equipmer�, connections and adjustments,
and testing of the assembly and components contained iherein.
3.02 INSTALLER'S QUALIFICATIONS
A. Installer shall be specialized in installing low voltage adjustable frequency drives with
minimum 5 years documented experience. Experi�nce documentation shall be
submitted for approval prior to beginning work on this pr�ject.
3.03 EXAMINATION
A. Examine installation area to assure there is enough cie�:rance to install the equipment.
B. Housekeeping pads shall be included for the floor mourted motor controllers as detailed
on the Drawings with the exception of motor contrcllers which are to be installed
adjacent to an existing unit. Housekeeping pads for f�ese (if used) should match the
existing installation.
C Check concrete pads and baseplates for uniformity and level surface.
❑�
�
Verify that the equipment is ready to install.
Verify field measurements are as instructed by manufaciurer.
3.04 I NSTALLATI O N
A. The Contractor shall install all equipment per the manufacturer's recommendations and
Contract Drawings.
B. Install required safety labeis.
3.05 FIELD QUALITY CONTROL
I1
0
Inspect installed equipment for anchoring, alignment, grounding and physical damage.
Check tightness of all accessible electrical connections. Minimum acceptable values are
specified in manufacturer's instructions.
3.06 FIELD ADJUSTING
A. Adjust all circuit breakers, switches, access doors, operating handies for free
mechanical and electrical operation as described in manufacturer's instructions.
�OW VOLTAGE VARIABLE 26 29 23 - 20 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen ar:d Sawyer project No. 60000-000
B. The Power Monitoring and Protective Relays shall be set in the field by a qualified
representative of the manufacturer, retained by the Contractor, in accordance with
settings designated in a coordinated study of the system.
3.07 FIELD TESTING
-- A. The VFD manufacturer's field engineer shall perform all electrical field tests
recommended by the manufacturer, and make all control adjustments required for the
- individual application of the drive.
3.08 CLEANING
A. Remove all rubbish and debris from inside and around the motor controliers. Remove
dirt, dust, or concrete spatter from the interior and exterior of the equipment using
brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air.
— 3.09 EQUIPMENT PROTECTION AND RESTORATION
A. Touch-up and restore damaged surfaces to factory finish, as approved by the
manufacturer. If the damaged surface cannot be returned to factory specification, the
_ surface shall be replaced.
--- 3.10 MANUFACTURER'S CERTIFICATION
A. A qualified factory-trained manufacturer's representative shall certify in writing that the
equipment has been installed, adjusted, including all settings designated in the Power
System Study, and tested in accordance with the manufacturer's recommendations.
B. The Contractor shall provide three copies of the manufacturer's representative's
certification.
3.11 TRAINING
A. Provide manufacturer's services for training of plant personnel in operation and
maintenance of the adjustable frequency drives furnished under this Section.
B. The training for each type of equipment shall be for a period of not less than one eight
- hour day.
C. The cost of training program to be conducted with Owner's personnel shall be included
_ in the Contract Price. The training and instruction, insofar as practicable, shali be
directly related to the system being suppiied.
D. Provide detailed O&M manuais to supplement the training course. The manuals shall
include specific details of equipment supplied and operations specific to the project.
�OW VOLTAGE VARIABLE 26 29 23 - 21 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
E. The training session shall be conducted by a manufa�turer's qualified representative.
Training program shall include instructions on the assembly, motor starters, protective
devices, metering, and other major components.
F. The Owner reserves the right to videotape the training sessions for the Owner's use.
- END OF SECTION -
LOW VOLTAGE VARIABLE 26 29 23 - 22 VCWRF GBT Addition
FREQUENCY DRIVES City Project No. 01847
Hazen and Sawyer project No. 60000-000
SECTION 33 05 00
BASIC MECHANICAL REQUIREMENTS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish and install to the required line and grade, ali piping togetherwith
all fittings and appurtenances, required for a complete installation. All piping located outside
the face of structures or building foundations and all piping embedded in concrete within a
structure or foundation shall be considered exterior piping.
B. The Contractor shall furnish and install fittings, couplings, connections, sleeves, adapters,
harness rods and closure pieces as required to connect pipelines of dissimilar materials
and/or sizes herein included under this Section and other concurrent Contracts for a
complete installation.
C. The Contractor shali furnish all labor, materials, equipment, tools, and services required for
the furnishing, installation and testing of all piping as shown on the Drawings, specified in
this Section and required for the Work. Piping shall be furnished and installed of the
material, sizes, classes, and at the locations shown on the Drawings and/or designated in
this Section. Piping shall include all fittings, adapter pieces, couplings, closure pieces,
harnessing rods, hardware, bolts, gaskets, wall sleeves, wall pipes, hangers, supports, and
other associated appurtenances for required connections to equipment, valves, or structures
for a complete installation.
D. Piping assemblies under 4-inch size shall be generally supported on walls and ceilings,
unless otherwise shown on the Drawings or ordered by the City's Project Representative,
being kept clear of openings and positioned above "headroom" space. Where practical,
such piping shall be run in neat clusters, plumb and level along walls, and parallel to
_ overhead beams.
E. The Contractor shall provide taps on piping where required or shown on the Drawings.
Where pipe or fitting wall thicknesses are insufficient to provide the required number of
threads, a boss or pipe saddle shall be installed.
F. The work shali include, but not be limited to, the following:
1. Connections to existing pipelines.
2. Test excavations necessary to locate or verify existing pipe and appurtenances.
3. Installation of all new pipe and materials required for a complete installation. o
�
s
4. Cleaning, testing and disinfecting as required. A
BASIC MECHANICAL 33 05 00 - 1 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Division 01, General Requirements
B. Division 09, Finishes
C. Division 11, Equipment
D. Division 26, Electrical
E. Division 31, Earthwork
F. Division 33, Utilities
H. Division 40, Process Integration
1.03 MATERIAL CERTIFICATION AND SHOP DRAWINGS
A. The Contractor shall furnish to the OWNER (through the City's Project Representative) a
Material Certification stating that the pipe materials and sp�cials furnished under this Section
conform to all applicable provisions of the corresponding Specifications. Specifically, the
Certification shall state compliance with the applicable standards (ASTM, AWWA, etc.) for
fabrication and testing.
B. Shop Drawings for major piping (2-inches in diameter ard greater) shall be prepared and
submitted in accordance with Section 01 33 00 — Submitt�ls. In addition to the requirements
of Section 01 33 00 — Submittals, the Contractor shall submit laying schedules and detailed
Drawings in plan and profile for all piping as specified and shown on the Drawings.
C. Shop Drawings shall include, but not be limited to, com�lete piping layout, pipe material,
sizes, class, locations, necessary dimensions, elevations, supports, hanger details, pipe
joints, and the details of fittings including methods of joint restraint. No fabrication or
installation shall begin until Shop Drawings are a�proved by the City's Project
Representative.
PART 2 -- PRODUCTS
2.01 GENERAL
A. All specials and every length of pipe shall be marked vvith the manufacturer's name or
trademark, size, class, and the date of manufacture. Special care in handling shall be
exercised during delivery, distribution, and storage �f pipe to avoid damage and
unnecessary stresses. Damaged pipe will be rejected and shall be replaced at the
Contractor's expense. Pipe and specials stored priorto use shall be stored in such a manner
as to keep the interior free from dirt and foreign matter.
BASIC MECHANICAL 33 05 00 - 2 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
B. Testing of pipe before instailation shall be as described in the corresponding ASTM or
AWWA Specifications and in the applicable standard specifications listed in the following
sections. Testing after the pipe is installed shall be as specified in Section 3.09.
C. Joints in piping shall be of the type as specified in the appropriate Piping System Schedule
in Section 33 06 80, Schedules.
D. ALL BURIED EXTERIOR PIPING SHALL HAVE RESTRAINED JOINTS FOR THRUST
PROTECTION UNLESS OTHERWISE SPECIFIED OR SHOWN ON THE DRAWINGS.
ALL EXPOSED EXTERIOR PIPING SHALL HAVE F�ANGED JOINTS, UNLESS
OTHERWISE SPECIFIED OR SHOWN ON THE DRAWINGS.
E. The Drawings indicate work affecting existing piping and appurtenances. The Contractor
shall excavate test pits as required of all connections and crossings which may affect the
Contractor's work prior to ordering pipe and fittings to determine sufficient information for
ordering materials. The Contractor shall take whatever measurements that are required to
complete the work as shown or specified.
2.02 WA�L PIPES
A. Where wall sleeves or wall pipes occur in walis that are continuously wet on one or both
sides, they shall have water stop flanges at the center of the casting or as shown on the
Drawings. Ends of wall pipes shall be flange, mechanical joint, plain end, or bell as shown
on the Drawings, or as required for connection to the piping. Wall pipes shall be ofthe same
material as the piping that they are connected to. If welded waterstop flanges are employed,
welds shall be 360 degree continuous on both sides of flange. Unless otherwise shown on
the Drawings, waterstop flanges shall conform to the minimum dimensions shown below:
Pipe Size
4"-12"
14" - 24"
30" - 36"
42" - 48"
54"
Waterstop
Flanqe Diameter
OD + 3.10"
OD + 4.15"
OD + 4.50"
OD + 5.00"
OD + 5.90"
W aterstop
Flanqe Thickness
0.50"
0.75"
1.00"
1.25"
1.50"
2.03 SLEEVES
A. Unless shown otherwise, all piping passing through walls and floors shall be installed in
sleeves or wall castings accurately located before concrete is poured, or placed in position
during construction of masonry walls. Sleeves passing through floors shall extend from the
bottom of the floor to a point 3 inches above the finished floor, unless shown otherwise.
Water stop flanges are required on all sleeves located in floors orwaiis which are continually
wet or under hydrostatic pressure on one or both sides of the floor or wall.
B. Sleeves shall be cast iron, black steel pipe, or fabricated steel in accordance with details
shown on the Drawings. if not shown on the Drawings, the Contractor shall submit to the
BASIC MECHANICAL 33 05 00 - 3 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
City's Project Representative the details of sleeves he prcposes to install; and no fabrication
or installation thereof shall take place until the City's Prcject Representative's approval is
obtained. Steel sleeves shall be fabricated of structural steel plate in accordance with the
standards and procedures of AISC and AWS. Steel sleeve surfaces shall receive a
commercial sandblast cleaning and then be shop painted in accordance with Section 09 91
00 — Painting.
C. When shown on the Drawings or otherwise required, the annular space between the
installed piping and sleeve shall be completely sealed against a maximum hydrostatic
pressure of 20 psig. Seals shall be mechanically interlocked, solid rubber links, trade name
"Link-Seal", as manufactured bythe Thunderline Corp., V��ayne, Michigan, orequal. Rubber
link, seal-type, size, and installation thereof, shall b� in strict accordance with the
manufacturer's recommendations. For non-fire rated wa"Is and floors, pressure plate shall
be glass reinforced nylon plastic with EPDM rubber seal and 316 stainless steel bolts and
nuts. For fire rated walls and floors, two independent seals shall be provided consisting of
low carbon steel, zinc galvanized pressure plates, silicon �ubber seals and low carbon steel,
316 stainiess nuts and bolts.
D. Cast iron mechanical joint adapter sleeves shall be Clov� # 1429, as manufactured by the
Clow Corp., or equal. Mechanical joint adapter sleeves shall be provided with suitable
gasket, follower ring, and bolts to effect a proper seal. In general, sleeves installed in walls,
floors, or roofs against one side of which will develop a hydrostatic pressure, or through
which leakage of liquid will occur, shaii be so sealed. If welded waterstop flanges are
employed, welds shall be 360 degree continuous on botl� sides of flange.
2.04 SOLID SLEEVE COUPLINGS
A. Solid sleeve couplings shall be used to connect buried s�rvice piping where shown on the
Drawings. Solid sleeves shall be ductile iron, long body and shall conform to the
requirements of ANSI A21.10 (AWWA C110). Unless otnerwise shown or specified, solid
sleeve couplings shall be Style A11760 as manufactured ay American Cast Iron Pipe Co., or
equal.
2.05 FLEXIBLE COUPLINGS
A. Flexible couplings shall be as manufactured by the Red Valve Company and shall consist of
a molded reinforced fabric of cotton and natural rubber. 316 stainless steel retaining rings
shall be furnished. End connections shall match ANSI 125 pound flanges with a minimum
pressure rating of 140 psi.
2.06 SLEEVE TYPE COUPLINGS
A. Sleeve type, flexible couplings shall be furnished and installed where shown on the
Drawings or otherwise required to resist internal operating pressures. In addition to that
specified herein, harnessed, sleeve type flexible couplings shall be provided on all exposed
pipe 3 inches and larger in diameterthat spans any expar;sion joint in a building or structure.
B. Materials shall be of high strength steel and couplings shall be rated forthe same pressures
as the connecting piping.
BASIC MECHANICAL 33 05 00 - 4 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
C. Gaskets shall be rubber. Bolts and nuts shaii be 316 stainless steel.
D. Couplings shall be shop primed with a premium quality primer compatible with the painting
- system specified in Section 09 91 00 - Painting. Field painting of wetted area shall be done
prior to installation.
E. Harnessing
1. Harness couplings to adjacent flanges as shown, specified or otherwise required to
restrain all pressure piping.
2. Dimensions, sizes, spacing and materials for lugs, tie rods, washers, and nuts shall
conform to the standards for the pipe size, and design pressure specified.
3. No less than two (2) bolts shali be furnished for each coupling.
4. Tie bolts, nuts and washers shall be 316 stainless steel.
5. Harness rods shall have lengths less than 10 feet between adjacentflanged joints on
fittings and shall be coated in accordance with Section 09 91 00 — Painting.
F. Couplings shall be as manufactured by Dresser Industries, Style 38, or equal as required
and shown on the Drawings. All couplings shall be provided without interior pipe stop.
2.07 FLANGED ADAPTERS
A. Flanged adapters shall be furnished as required and as shown on the Drawings.
B. All flanged adapters, 12 inches in diameter and smaller, except as shown on the Drawings
or directed by the City's Project Representative, shall be locking type flanged adapters.
C. Pressure and service shall be the same as connected piping.
D. Materials shall be cast iron for pipes up to 12 inch diameter and high strength steel for pipes
larger than 12 inch diameter.
E. Flanged adapters shall be shop primed with a premium quality primer compatible with the
paint system specified in Section 09 91 00 — Painting. Field painting of wetted area shall be
done prior to installation.
F. Bolts and nuts shall be 316 stainless steel.
G. Flanged coupling adapters largerthan 12 inches in diametershall be harnessed bytying the
adapter to the nearest pipe jointflange using threaded rods and rod tabs. The threaded rods
_ and rod tabs shall be as shown on the Drawings.
H. Flanged adapters shall be as manufactured by Dresser Industries, Style 127 or 128, Smith
Blair Corporation, or equal.
BASIC MECHANICAL 33 05 00 - 5 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2.08 MECHANICAL COUPLINGS (SPLIT TYPE - SHOULDERED END)
A. Mechanical couplings (split type-shouidered end) shall be furnished as specified or shown
on the Drawings.
B. Materials shall be of malleable iron and couplings shall be rated forthe same pressures as
the connecting piping.
C. Gaskets shall be rubber. Bolts and nuts shall be 316 stainless steel.
D. After installation, buried couplings shall receive two heavy coats of an approved coal tar
which is compatible with the finish of the coupling. Expcsed couplings shall be painted in
accordance with Section 09 91 00 - Painting.
E. Couplings shail be as manufactured by Victaulic Compa��y of America, Style 44, or equal.
2.09 TAPPING SLEEVES AND TAPPING SADDLES
A. Tapping sleeves shall be similar to Mueller Outlet Seal, American Uniseal or Kennedy
Square Seal. All sleeves shall have a minimum workina pressure of 150 psi. All sleeves
larger than twelve (12) inches shall be ductile iron. All iaps shall be machine drilled; no
burned taps will be allowed.
B. Tapping saddles may be used on mains sixteen (16) inches and larger where the required
tap size does not exceed one-half the size of the main (i.e. 8-inch tapping saddle for use on
a 16-inch main). Tapping saddles shall be manufactured of ductile iron providing a factor of
safety of at least 2.5 at a working pressure of 250 psi. Saddles shall be equipped with a
standard AWWA C-110-77 flange connection on the branch. Sealing gaskets shall be "O"
ring type, high quality molded rubber having an approxirnate seventy durometer hardness,
placed into a groove on the curved surface of the tappi�g saddles. Straps shall be 316
stainless steel. The tapping saddle shall be the American tapping saddle, U.S. Pipe tapping
saddle, or equal. All taps shall be machine cut, no burned taps will be allowed.
2.10 UNIONS
A. For ductile iron, carbon steel, and grey cast iron pipes assembled with threaded joints and
malleable iron fittings, unions shall conform to ANSI B16.39.
B. For copper piping, unions shall have ground joints and conform to ANSI B16.18.
C. For PVC and CPVC piping, unions shall be socket weld :ype with Viton O-ring.
2.11 THERMOPLASTIC TUBING AND FITTINGS
A. Thermoplastic tubing shall be manufactured from polyallomor tubing. Tubing shall be
protected from ultraviolet radiation degradation with �. black coating or integral color
conforming to ASTM D-1248, Type 1, Class C, Category 3. Fittings and connectors used
BASIC MECHANICAL 33 05 00 - 6 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen ar;d Sawyer Project No. 60000-000
with thermoplastic tubing shall be the flareless tube type constructed of brass conforming to
SAE CA377, SAE CA360 or equal. Brass sleeves shall be used.
B. Assembly of the thermoplastic tubing shall consist of pushing the tubing into the fitting and
hand tightening the nut with final tightening with a wrench. Care shali be taken not to
overtighten the nut. Plastic tube racks and bend holders shall be provided for holding the
tubing in position. Needle valves used with thermoplastic tubing shall be the globe type
constructed with a brass body, stem and seat and Buna-N "O"-ring seals. Installation shall
be in accordance with the manufacturer's recommendations. Thermoplastic tubing, shall be
the Impolene (polyallomor) system and needle valves, fittings and connectors shall be the
Poly-Flo with 261 UB Universal Nut and Sleeve system as manufactured by Imperial
Eastman, or equal.
2.12 FLEXIBLE TUBING FOR POLYMER SERVICE
A. Tubing shall be of reinforced EPDM, or similar resilient material, for 0.1 % to 0.6% liquid
polymer solution duty service. Tubing shall be rated for a working pressure of 125 psi at
70°F and 50 psi at 150°F. Tubing shall be contiguous between locations shown on the
Drawings with no splices. Tubing sections shall be fitted with female end quick connect
couplings of polypropylene construction for connection to the quick connect couplings on the
polymer solution piping system.
B. Quick connect couplings shall be of the cam and groove type consisting of a male adaptor
conforming to Specification MI�-C-27487. Male adaptors shall be designed to receive a
female coupler without requiring threading bolting or tools. Connections shall remain tight
and leakproof under pressures up to the rating of the mating pipe or tubing. Each adaptor
shall be furnished with a dust cap complete with an 18-in long security chain of corrosion
resistant material. Couplings shali be as manufactured by Dover Corporation; Ever-Tite or
equal. Units shall be "drip proof°, providing totally dry connection and disconnections.
C. Adaptors shall be furnished in accordance with the Drawings, or as required by the
installation.
��.�:13_�i�:��l�� . . �
A. Exposed pipes to be insulated shall also be protected from freezing by heat tracing. Freeze
protection heat tracing shall consist of twin 16 AWG copper brass wires with a
semiconductor polymer core where electrical resistance varies with temperature. The heat
tracing shall have a fluoropolymer outer jacket for corrosion resistance. The heat tracing
shall be rated forthree (3) watts perfoot output, self-regulating with a maximum temperature
of 150°F, equal to a Chromalox No. SRL3-1 CT383400. Maximum length for tape shall be
300 feet for each circuit. Temperature controller shall be provided to sense pipe
temperature to determine on or off condition of the heat tracing. Temperature control shall
be equal to a Chromalox No. RTBC-2-384729. The heat tracing system shall operate on
120 VAC. See Drawings for instailation detail. Heat tracing of piping shall be provided as
specified in Section 33 06 80 — Schedules.
BASIC MECHANICA� 33 05 00 - 7 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2.13 F�EXIBLE RESTRAINED EXPANSION JOINTS
A. Restrained expansion joints shall be manufactured of 6C-42-10 ductile iron conforming to
material and other applicable requirements of ANSUAWI'VA C153/A21.53.
B. Each pressure containing component shail be lined with a minimum of 15 mils of fusion
bonded epoxy conforming to the materials requirements of, and tested in accordance with,
ANSI/AWWA C213 and shall meet or exceed the requirements of ANSI/AWWA C550.
C. Seals shall conform to the applicable requirements of A�JSI/AWWA C111/A21.11.
D. All bolts used in the assemblies shall be stainless steel and shall be coated with a premium
quality epoxy.
E. Flanged ends shall comply with ANSI/AWWA C110/A�1.10, with the addition of O-ring
groove and O-ring.
F. Mechanical joint ends shall comply with ANSI/AWWA C'153/A21.53.
G. Restrained expansion joints shall have a minimum pressure rating of 350 psi with a
minimum safety factor of 3:1. Each assembly shall be tested at 350 psi before shipment.
H. Restrained expansion joints shali provide for self restrain� without tie rods and shall provide
for expansion and contraction capabilities cast as an integral part of the end connection.
Flexible restrained expansion joints shall allow for 8-inch.es (+6"-2") minimum expansion.
Flexible restrained expansion joints shall consist of an expansion joint designed and cast as
an integrai part of a bali and socket type flexiblejoint having a minimum of 15° deflection per
ball.
K. Restrained expansion joints shall be the Singie Bail or Dcuble Ball FLEX-TEND Expansion
Joint as manufactured by EBAA Iron Inc., or equal.
PART 3 -- EXECUTION
3.01 I NSTALLATION
A. All piping shall be installed by skilled workmen and in accordance with the best standard
practice for piping installation as shown on the Drawings, specified or recommended by the
pipe manufacturer. Proper tools and appliances for the safe and convenient handling and
installing of the pipe and fittings shall be used. Great care shall be taken to prevent any pipe
coating from being damaged on the inside or outside of tr e pipe and fittings. All pieces shall
be carefully examined for defects, and no piece shall be installed which is known to be
cracked, damaged, or otherwise defective. If any defective pieces should be discovered
after having been installed, it shall be removed and :�eplaced with a sound one in a
satisfactory manner by the Contractor and at his own expense. Pipe and fittings shall be
thoroughly cleaned before they are installed and shall be kept clean until they are accepted
BASIC MECHANICAL 33 05 00 - 8 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
in the complete work. All piping connections to equipment shall be provided with unions or
coupling flanges located so that piping may be readily dismantled from the equipment. At
certain applications, Dresser, Victaulic, or equal, couplings may also be used. All piping
shall be installed in such a mannerthat itwill be free to expand and contract without injury to
itself or to structures and equipment to which it is connected. All piping shall be erected to
accurate lines and grades with no abrupt changes in line or grade and shall be supported
and braced against movement, temporary, or permanent. All exposed piping shall be
___ installed with vertical and horizontal angles properly related to adjoining surfaces or pipes to
give the appearance of good workmanship. Unless otherwise shown orapproved, provided
a minimum headroom clearance under ail piping of 7 feet 6 inches.
B. Unless otherwise shown or specified, all waste and vent piping shall pitch uniformly at a
1/4-inch perfoot grade and accessible cleanouts shall be furnished and installed as shown
and as required by local building codes. installed length of waste and vent piping shall be
determined from field measurements in lieu of the Drawings.
-- C. All excavation shall be made in such a manner and to such widths as will provide ample
room for properly installing the pipe and permit thorough compaction of backfill around the
pipe. The minimum trench widths shall be in strict accordance with the "Trench Width
Excavation Limits" as shown on the Drawinqs. All excavation and trenching shall be done in
strict accordance with these specifications and all appiicable parts of the OSHA Regulations,
29CFR 1926, Subpart P.
D. AL� EXCAVATION REQUIRED BY THIS CONTRACT SHALL BE UNCLASSIFIED. NO
ADDITIONAL PAYMENT WI�� BE MADE FOR ROCK EXCAVATION REQUIRED FOR
THE INSTALLATION OF PIPE OR STRUCTURES SHOWN ON THE DRAWINGS.
E. Enlargements of the trench shall be made as needed to give ample space for operations at
--- pipe joints. The width of the trench shall be limited to the maximum dimensions shown on
the Drawings, except where a wider trench is needed for the installation of and work within
- sheeting and bracing. Except where otherwise specified, excavation slopes shall be flat
enough to avoid slides which will cause disturbance of the subgrade, damage to adjacent
areas, or endanger the lives or safety of persons in the vicinity.
F. Hand excavation shall be employed wherever, in the opinion of the City's Project
Representative, it is necessary for the protection of existing utilities, poles, trees, pavements,
or obstructions.
G. No greater length of trench in any location shall be left open, in advance of pipe laying, than
shall be authorized or directed by the City's Project Representative and, in general, such
length shall be limited to approximately one hundred (100) feet. The Contractor shall
excavate the trenches to the full depth, width and grade indicated on the Drawings including
the relevant requirements for bedding. The trench bottoms shall then be examined by the
City's Project Representative as to the condition and bearing value before any pipe is laid or
bedding is placed.
H. No pressure testing shall be performed until the pipe has been properly backfilled in place.
All pipe passing through walls and/or floors shall be provided with wall pipes or sieeves in
accordance with the specifications and the details shown on the Drawings. All wall pipes
shall be of ductile iron and shall have a water stop located in the center of the wall. Each
BASIC MECHANICAL 33 05 00 - 9 VCWRF GBT Addition
REQUIREMENTS � City Project No. 01847
Hazen and Sawyer Project No. 60000-000
wall pipe shall be of the same class, thickness, and interior coating as the piping to which it
is joined. All buried wall pipes shali have a coal tar outside coating on exposed surfaces.
JOINT DEFLECTION SHALL NOT EXCEED 75 PERCEUT OF THE MANUFACTURERS
RECOMMENDED DEFLECTION. Excavation and �ackfilling shall conform to the
requirements of Section 31 05 00 - Earthwork, and as specified herein. Maximum trench
widths shall conform to the Trench Width Excavation Limits shown on the Drawings. All
exposed, submerged, and buried piping shall be adeq�ately supported and braced by
means of hangers, concrete piers, pipe supports, or otherwise as may be required by the
location.
Following proper preparation of the trench subgrade, pipe and fittings shall be carefuliy
lowered into the trench so as to prevent dirt and other �oreign substances from gaining
entrance into the pipe and fittings. Properfacilities shall b� provided for lowering sections of
pipe into trenches. UNDER NO CIRCUMSTANCES SHA�L ANY OF THE MATERIALS BE
DROPPED OR DUMPED INTO THE TRENCH.
K. Water shall be kept out of the trench until jointing and baclsfilling are completed. When work
is not in progress, open ends of pipe, fittings, and valves �hall be securely closed so that no
water, earth, or other substance will enter the pipes, fitt:ng, or valves. Pipe ends left for
future connections shall be valved, plugged, or capped, and anchored as required.
All piping shall be installed in such a manner that it will be free to expand and/or contract
without injuryto itself orto structures and equipmentto which it is connected. All piping shall
be erected to accurate lines and grades with no abrupt changes in line or grade and shall be
supported and braced against movement, temporary, o� permanent. All exposed piping
shall be installed with vertical and horizontal angles properly related to adjoining surfaces or
pipes to give the appearance of good workmanship. Pipes crossing within a vertical
distance of less than or equal to one (1) foot shall be enc�sed and supported with concrete
at the point of crossing to prevent damage to the adjacent pipes as shown on the Drawings.
M. The full length of each section of pipe shall rest solidly upon the bed of the trench, with
recesses excavated to accommodate bells, couplings, joi€�ts, and fittings. Beforejoints are
made, each pipe shall be well bedded on a solid foundatson; and no pipe shall be brought
into position until the preceding length has been thoroug``,�ly bedded and secured in place.
Pipe that has the grade or joint disturbed after laying shall be taken up and relaid by the
Contractor at his own expense. Pipe shall not be laid in water or when trench conditions are
unsuitable for work.
N. Proper and suitable tools and appliances forthe safe convenient handling and laying of pipe
shall be used and shall in general agree with manufacturer's recommendations.
O. AT THE CLOSE OF EACH WORK DAY THE END OF THE PIPELINE SHALL BE TIGHTLY
SEALED WITH A CAP OR PLUG SO THAT NO WATER, DIRT, OR OTHER FOREIGN
SUBSTANCE MAY ENTER THE PIPELINE, AND THIS FLUG SHALL BE KEPT IN PLACE
UNTIL PIPE �AYING IS RESUMED.
P. During the laying of pipe, each pipe manufacturer shall provide his own supervisorto instruct
the Contractor's pipe laying personnel in the correct procedure to be followed.
BASIC MECHANICAL 33 05 00 - 10 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
Q. Ordinarily only full lengths of pipe (as furnished by the pipe manufacturer) shali be used
exceptions: closure pieces at manholes and areas where joint deflection is required.
R. For gravity sewer instailations, the Contractor shall use a laser device to maintain the trench
and pipe alignment. The laser device shall be re-checked for correct elevation and pipe
alignment prior to pipe installation if the device is left in the pipe overnight. Corrected invert
elevations at each manhole and any adjustments will be coordinated and approved by the
City's Project Representative.
S. A�� PIPING SHAL� HAVE TYPE "A" BEDDING AS SHOWN ON THE DRAWINGS
UNLESS OTHERWISE SPECIFIED HEREIN OR INDICATED ON THE DRAWINGS.
T. AT THE CLOSE OF WORK EACH DAY PIPELINE TRENCHES SHALL BE COMPLETE�Y
BACKFILLED. IN PAVED AREAS THE SURFACE SHALL BE RESTORED AS SPECIFIED
IN SECTION 32 01 17, PERMANENT ASPHALT PAVEMENT REPAIR, TO ALLOW FOR
- TRAFFIC OVER THE TRENCH DURING NON-WORKING HOURS. UNDER NO
CONDITIONS SHALL ANY PIPELINE TRENCH BE LEFT OPEN DURING NON-WORKING
HOURS.
3.02 REINFORCED CONCRETE PIPE, CONCRETE CULVERT, AND DRAIN PIPE
A. The laying of reinforced concrete pipe shall conform to the appiicable sections of the
Concrete Pipe Handbook as published by the American Concrete Pipe Association.
3.03 PRESTRESSED CONCRETE PIPE
A. The laying of prestressed concrete pipe shall be in accordance with the manufacturer's
recommendations and shall conform to the applicable sections ofAWWA Manual M-9. Prior
to assembling the spigot end into the bell end, both ends shall be thoroughly cleaned and
the rubber gasket and the bell end of the previously laid pipe shall be coated with vegetable
soap furnished•by the manufacturer.
B. For each crew that is inexperienced in laying this type of pipe, one reliable man shall be
furnished by the manufacturer's representative with and instructed in the use of a set of steel
inserts and feeler gauge to be used in determining if the rubber gasket is in proper position
prior to the joint being pushed or puiled home. An experienced crew may omit the use of a
feeler gauge. In either method of operation, the Contractor shall be responsible for a good,
proper and sound joint. Any joint found in later tests to be faulty shall be repaired to the
satisfaction of the City's Project Representative.
C. After the pipe is "home" a cloth diaper (minimum 7-inches wide) supplied by the pipe
manufacturer shall be placed and wired around the outside of the pipe at the joint. This
diaper shail serve as a form for pouring a 1:2 cement-sand grout in the externai recess.
D. Great care shall be taken to prevent the concrete core orjacket or the steel bell and spigot
rings from being damaged, and any core, jacket or ring damaged in any way shall be
repaired or repiaced by the Contractor to the satisfaction of the City's Project
Representative.
BASIC MECHANICAL 33 05 00 - 11 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
3.04 DUCTILE IRON PIPE
A. Ductile iron pipe (DIP) shall be installed in accordance wi':h the requirements of the Ductile
Iron Pipe Handbook published by the Ductile Iron Pipe Research Association, and AWWA
C600.
B. Where it is necessaryto cut ductile iron pipe in the field, such cuts shall be made carefully in
a neat workmanlike manner using approved methods to ;�roduce a clean square cut. The
outside of the cut end shall be conditioned for use by filir,g or grinding a small taper, at an
angle of approximately 30 degrees.
C. UNLESS OTHERWISE APPROVED BY THE CITY'S ?ROJECT REPRESENTATIVE,
FIELD WELDING OF DUCTILE IRON WILL NOT BE PERMITTED.
3.05 PVC/CPVC AND HDPE PIPE
A. Polyvinyl chloride (PVC), chlorinated polyvinyl chloride (CPVC) and High Density
Polyethylene (HDPE) pipe shall be laid and joints assembled according to the respective
manufacturer's recommendation. PVC pipe installation shall complywith applicable sections
of the Uni-Bell PVC Pipe Association Recommended St�ndard Specifications.
B. Plastic piping shall not be installed when the temperature is less then 60°F except as
otherwise recommended by the manufacturer and approved by the City's Project
Representative.
3.06 CARBON AND STAINLESS STEEL PIPE
A. Installation of steel pipe shall be by skilled workmen and shall conform to the applicable
sections of AWWA Manual M-11. Joints for steel piping s��all be either screwed, weided, or
flanged as shown on the Drawings or as specified.
B. Welding in the field shall be performed only when reqursted on the shop drawings and
permitted by the City's Project Representative for carbon steel pipe. No welding of stainless
steel pipe shail be ailowed in the field. All field welds shall be radiographically inspected.
C. Installation of the steel casing pipe shall be by skilled workmen and in accordance with the
best standard practice for steel pipe installation. Joints �:�or steel casing pipe shall be butt
welded.
The boring equipment to be used for installing the jacked casing shall be of such
size and capacity to allow the boring to proceed in a safe and expeditious manner.
The installation of the casing and boring of the ho�e shall be done simultaneously to
avoid cave-ins or settlement and for safety of trafi�ic above.
The Contractor shall check the vertical and horizontal alignment of the casing by
survey instrument at least once during each four `eet of advance, or as directed by
the City's Project Representative. Pits shall be well sheeted and braced as
BASIC MECHANICAL 33 05 00 - 12 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
necessary for safe and adequate access for workmen, inspectors and materials and
shall be of a size suitable to equipment and material handling requirements.
3. Under no conditions shall jetting or wet boring of encasement under pavement be
allowed.
4. After instailation of the carrier pipe, each end of the casing pipe shall be made
watertight with a brick masonry bulkhead. In addition, a Class B concrete cradle
shall be provided from each end of the buikhead to the first pipe joint outside of the
bulkhead.
3.07 COPPER PIPE
A. Installation of copper pipe shall be by skilled workman in accordance with the manufacturer's
recommendations. Use teflon tape at all fittings unless otherwise required for intended
service. Instali unions at the connections to each piece of equipment to allow removal of
equipment without dismantling connecting piping.
B. Wall sleeves shaii be provided for ail piping passing through exterior walls and shall be of
the same material as the piping to which it is joined. All wall sleeves shall be provided with
an acceptable waterstop.
C. The Contractor shall provide hot and cold water mains with branches and risers complete
- from point indicated on the Drawings running to all fixtures and other outlets indicated.
Mains and branches shall be run generally as shown on the Drawings. The Contractorshall
provide all interior water piping, branches, and risers as shown on the Drawing and shall
make connections to all plumbing fixtures, hose bibs, wall hydrants, and other points
requiring water under this and other Divisions of the Specifications.
D. All water mains and branches shall be pitched at least one (1) inch in twenty-five (25) feet
toward fixtures. The piping installation shall be arranged so that the entire system can be
drained through fixture supply connections.
E. Unions shall be installed atthe connections to each piece of equipmentto allowfor removal
of equipment without dismantling connecting piping.
F. Joints 1-1/4 inches and larger shall be made with silver solder. Forjoints less than 1-1/4
inches and ail valves (regardless of size) use 95/5 soider. Soldered joints shall be prepared
with a non-corrosive paste flux in accordance with manufacturer's instructions. All joints
shall be thoroughly cleaned with emery cloth and reamed out before assembly. Acid core
solder will not be permitted.
3.08 POLYPROPYLENE AND POLYVINYLIDENE FLUORIDE PIPE
A. The pipe and fittings shall be ofthe same material for both innerand outerwalis ofthe pipe.
B. Polypropylene pipe shall be black UV stabilized co-polymer conforming to the requirements
of ASTM D-4101. Where used in exterior locations, material shall provide a weathering
BASIC MECHANICAL 33 05 00 - 13 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
resistance absentoffurthercoating, covering, orwrapping unless specified herein orshown
on the Drawings.
C. Polyvinylidene flouride shall comply with ASTM D-3222. The material shall provide a
translucence, thus enabling a visual inspection of liquid in the annular space between the
inner and outer walis.
D. Where elastomers are selected bythe manufacturer, such selection shall be with regard to
the application of the chemical solution to be transportec.
E. Pipe and associated fittings shall be rated for not less than 75 psi at 73°F.
F. Double-walled pipe and fittings shall be molded and used throughout. Molded ribs shali
maintain permanent alignment of the inner and outer wa"Is of the pipe and fittings.
G. Ends of fittings shall be flush, creating a single plane.
H. Wall thickness of the inner and outer walls of double-walled pipe shall be identical, providing
identical pressure ratings.
I. Where shown on the Drawings, a leak detection system of the manufacturer's design shall
be supplied, complete with vent pipes, manual drain outlet, and electric float switch. Switch
shall be rated for 0.080 amps at 120 VAC.
J. Polypropylene and polyvinylidene flouride pipe shall be laid and joints assembled by skilled
workers according to the respective manufacturer's recommendations. Joints shall be butt
fusion welded.
K. Plastic piping shall not be installed when the ambient temperature is less than 60°F except
as otherwise recommended by the manufacturer and approved by the City's Project
Representative.
L. Wall sleeves shall be provided where piping passes thro�gh exteriorwalls. All sleeves shall
be provided with an acceptable waterstop.
M. Double walled pipe shall be Asahi/American or equal. Pipe shall be furnished complete with
flanges or other appurtenantfittings by the same manufacturer and made especially for use
with the double walled pipe.
3.09 JOINTS IN PIPING
A. Restrained joints shall be provided on all pipe joints as specified herein and shown on the
Drawings. Restrained joints shall be made up similar to that for push-on joints.
B. Push-on joints include a single rubber gasket which fits into the bell end of the pipe. The
gasket shall be wiped clean, flexed and then placed in the socket. Any bulges in the gasket
which might interfere with the entry of the plain end of the pipe shall be removed. A thin film
of lubricant shall be applied to the gasket surface which will come into contact with the spigot
end of the pipe. The lubricant shall be furnished bythe pi�e manufacturer. The plain end of
BASIC MECHANICAL 33 05 00 - 14 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
the pipe, which is tapered for ease of assembly, shall be wiped clean and a thick film of
lubricant applied to the outside. The pipe shall be aligned and carefully entered into the
_ socket until it just makes contact with the gasket. The joint assembly shall be compieted by
entering the pipe past the gasket until it makes contact with the bottom of the socket. The
pipe shaii be pulled "home" with an approved jack assembly as recommended by the pipe
manufacturer. If assembiy is not accomplished by reasonable force, the plain end shall be
removed and the condition corrected.
C. Flanged joints shall be brought to exact alignment and all gaskets and boits or studs inserted
in their proper places. Bolts or studs shall be uniformly tightened around the joints. Where
stud bolts are used, the bolts shall be uniformly centered in the connections and equai
- pressure applied to each nut on the stud. Pipes in all lines subject to temperature changes
shall be cut short and cold sprung into place to compensate for expansion when hot.
D. Mechanical joints shall be made up with gaskets, glands and bolts. When a joint is to be
made up, the bell or socket and plain end shall be cleaned and washed with a solution of
miid soap in water; the gland and gasket shall be slid onto the plain end and the end then
entered into the socket until it is fully "home" on the centering ring. The gasket shali then be
painted with soapy water and slid into position, followed by the gland. All bolts shall be
inserted and made up hand tight and then tightened alternately to bring the gland into
position evenly. Excessive tightening of the bolts shall be avoided. All nuts shall be pulled
up using a torque wrench which will not permit unequal stresses in the bolts. Torque shall
not exceed the recommendations of the manufacturer of the pipe and bolts for the various
sizes. Care shall be taken to assure that the pipe remains fully "home" while the joint is
being made. Joints shall conform to the applicable AWWA Specifications.
E. Threaded and/or screwed joints shall have long tapered full depth threads to be made with
the appropriate paste orjointing compound, depending on the type offluid to be processed
through the pipe. All pipe up to, and including 1-1/2-inches, shall be reamed to remove burr
and stood on end and well pounded to remove scale and dirt. Wrenches on valves and
fittings shall be applied directly over the joint being tightened. Not more than three pipe
threads shall be exposed at each connection. Pipe, in all lines subject to temperature
changes shall be cut short and cold sprung into place to compensate for expansion when
hot. Joints in all piping used for chlorine gas lines shall be made up with a glycerine and
litharge cement. Joints in plastic piping (PVC/CPVC) shall be laid and joints made with
compounds recommended by the manufacturer. Installation shall conform to the
requirements of ASTM D2774 and ASTM D2855. Unions required adjacent to valves and
equipment.
F. Soldered joints shall have the burrs removed and both the outside of pipe and the inside of
fittings shall be thoroughly cleaned by proper tools recommended for that purpose. Flux
shall be applied to both pipe and inside of fittings and the pipe placed into fittings and
rotated to insure equal distribution of flux. Joints shall be heated and solder applied until it
shows uniformly around the end ofjoints between fitting and pipe. All joints shall be allowed
to self-cool to prevent the chilling of solder. Combination flux and solder paste
manufactured by a reputable manufacturer is acceptable. Unions required adjacent to
valves and equipment.
BASIC MECHANICAL 33 05 00 - 15 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
G. Welded joints shall be made by competent operators in a`�irst class workmanlike manner, in
complete accordance with ANSI B31.1 and AWWA C206. Welding electrodes shall conform
to ASTM A233, and welding rod shall conform to ASTM A251. Only skilled welders capable
of ineeting the qualification tests for the type of welding �nthich they are performing shall be
employed. Tests, if so required, shall be made at the expense of the Contractor, if so
ordered by the City's Project Representative. Unions shall be required adjacent to valves
and equipment.
H. Copperjoints shall be thoroughly cleaned and the end of pipes uniformly flared by a suitable
tool to the bevels of the fittings used. Wrenches shall �e applied to the bodies of fittings
where the joint is being made and in no case to a joint �reviously made. Dimensions of
tubing and copper piping shall be in complete accordance with the fittings used. No flare
joints shall be made on piping not suited for flare joints. fnstallations for propane gas shall
be in accordance with NFPA 54 and/or 58.
Solvent or adhesive welded joints in plastic piping shall be accomplished in strict accordance
with the pipe manufacturer's recommendations, includin� necessary field cuttings, sanding
of pipe ends, joint support during setting period, etc. Care shall be taken that no droppings
or deposits of adhesive or material remain inside the assembied piping. Solvent or adhesive
material shall be compatible with the pipe itself, being a product approved by the pipe
manufacturer. Unions are required adjacent to valves and equipment. Sleeve-type
expansion joints shall be supplied in exposed piping to permit 1-inch minimum of expansion
per 100 feet of pipe length.
Dielectric unions shall be installed wherever dissimilar metals are connected except for
bronze or brass vaives in ferrous piping. Unions shall G�e provided downstream of each
valve with screwed connections. The Contractor shall prcvide screwed orflanged unions at
each piece of equipment, where shown, and where necessary to install or dismantle piping.
K. Eccentric reducers shall be installed where air or water ��ockets would otherwise occur in
mains because of a reduction in pipe size.
L. Joints in polypropylene and polyvinylidelene fluoride pipe shall be butt fusion weld. All butt
welding shall follow the requirements of ASTM D-2657 and the manufacturer's
recommendations.
3.10 FLUSHING AND TESTING
A. All piping shall be properlyflushed and tested unless specifically exempted elsewhere in the
Specifications or otherwise approved by the City's Proj�ct Representative. Air and gas
pipelines shall be flushed and tested with compressed air. All other liquid conveying
pipelines shall be flushed and tested with water. The Contractor shall furnish and install all
means and apparatus necessary for getting the air orwater into the pipeline forflushing and
testing including pumps, compressors, gauges, and meters, any necessary plugs and caps,
and any required blow-off piping and fittings, etc., complete with any necessary reaction
blocking to prevent pipe movement during the flushing and testing. All pipelines shall be
flushed and tested in such lengths or sections as agreed upon among the Owner, City's
Project Representative, and Contractor. Test pressures shall be as specified in Section 33
06 80 — Schedules, and shall be measured at the lowest point of the pipe segment being
BASIC MECHANICAL 33 05 00 - 16 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
tested. The Contractor shall give the Owner and City's Project Representative reasonabie
notice of the time when he intends to test portions of the pipelines. The City's Project
Representative reserves the right, within reason, to request fiushing and testing of any
section or portion of a pipeline.
B. The Contractor shali provide water for all flushing and testing of liquid conveying pipelines.
Raw water or non-potable water may be used for flushing and testing liquid pipelines not
connected to the potable water system. Only potable water shall be used for flushing and
testing the potable water system.
C. Air and gas piping shall be completely and thoroughly cleaned of all foreign matter, scale,
and dirt prior to start-up of the air or gas system.
D. At the conclusion of the installation work, the Contractor shall thoroughly clean all new liquid
conveying pipe by flushing with water or other means to remove all dirt, stones, pieces of
wood, etc., which may have entered the pipe during the construction period. If after this
cleaning any obstructions remain, they shall be corrected by the Contractor, at his own
expense, to the satisfaction of the City's Project Representative. Liquid conveying pipelines
shall be flushed at the rate of at least 2.5 feet per second for a duration suitable to the City's
Project Representative or shall be flushed by other methods approved by the City's Project
Representative.
E. Compressed/service air and gas piping shall be flushed by removing end caps from the
distribution lines and operating one (1) compressor, in accordance with the manufacturer's
instructions.
F. Afterflushing, all air piping shall be pressure and leak tested priorto coating and wrapping of
welded joints. Immediately upon successful completion of the pressure and leak test, weided
joints shall be thoroughly cleaned of ail foreign matter, scale, rust, and discoloration and
coated in accordance with the Specifications.
G. All process air piping shall be leak tested by applying a soap solution to each joint. �eak
tests shall be conducted with one (1) blower in service at normal operating pressure.
H. During testing the piping shail show no leakage. Any leaks or defective piping disclosed by
the leakage test shail be repaired or replaced by the Contractor, at his own expense, and the
test repeated until all such piping shows tight.
I. All buried process air piping shall be pressurized to 25 psig and tested for leaks by applying
a soap solution to each joint. The air supply shali be stopped and the pipe pressure
monitored. System pressure shall not fall by more than 0.5% of the 25 psig test pressure
over a one-hour test period. Should the system fail to hold the required pressure for one
hour, the cause shall be determined and corrected and the test repeated untii a successful
test of the entire system is obtained.
J. Field leakage tests shall be performed for all submerged process air piping. The procedure
shall consist of operating the system under clear nonpotable waterfor visual identification of
all leaks. All field leakage tests shall be witnessed by the City's Project Representative. All
submerged piping shall be installed free of any leaks.
BASIC MECHANICAL 33 05 00 - 17 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
K. After flushing, all liquid conveying pipelines shall be hydrostaticaily tested at the test
pressure specified in the appropriate Piping System Schedule in Section 33 06 80 —
Schedules. The procedure used for the hydrostatic test shall be in accordance with the
requirements of AWWA C600. Each pipeline shall be filled with waterfor a period of no less
than 24 hours and then subjected to the specified test pressure for 2 hours. During this test,
exposed piping shall show no leakage. Allowable lea6:age in buried piping shall be in
accordance with AWWA C600.
Any leaks or defective pipe disclosed by the hydrostatic test shall be repaired or replaced by
the Contractor, at his own expense, and the test repeated until all such piping shows tight.
M. After flushing, all gas piping shall be leak tested in accordance with all local codes and
regulations and in conformance with the recommendatior.s or requirements of any National
Institute or Association for the specific service application.
3.11 DISINFECTION
A. All pipe and fitting connected to and forming a part of a potable water supply shall be
disinfected in accordance with the procedures described i�� AWWA C 651. Disinfection shall
also be in accordance with the requirements of the Tex2s Commission on Environmental
Quality and the Owner.
B. Disinfection shall be accomplished afterthe pipe has beer, flushed, if applicable, and passed
the hydrostatic test. Such piping shall be filled with 50 parts per million (PPM) of chlorine
and held in contact for not less than 24 hours. Final tests after 24 hours contact time shall
show a minimum residual chlorine content of 10 ppm in all parts of the system. Disinfection
shall be repeated as often as necessary, and as directed by the City's Project
Representative and/or TCEQ and/or the Owner until the rninimum residual chlorine content
of 10 ppm has been reached. The Contractor shall obtain certificates of satisfactory
bacteriological tests and furnish them to the Owner �efore the request is made for
acceptance of the work. The Contractor shall furnish and install, at his own expense, all
means and apparatus necessary for performing the disinf�ction. The chlorine solution shall
be thoroughly flushed out prior to placing the new sections of pipe in service. The
Contractor is cautioned that the spent chlorine solution must be disposed of in such a way
as not to be detrimental to animal, plant, orfish life. Chlori�e residual tests will be made after
flushing to assure that residual is not in excess of 1 ppm at any point in system.
3.12 PAINTING AND COLOR CODING SYSTEM
A. All exposed piping specified shall be color coded in acco, dance with the Owner's standard
color designation system for pipe recognition and in accordance with Section 33 05 26 —
Piping and Equipment Identification Systems. In the absence of a standard color designation
system, the City's Project Representative will establish a standard color designation for each
piping service category from color charts submitted by t�e Contractor in compliance with
Section 09 91 00 — Painting.
B. All piping specified in this Section shall be painted in accordance with Section 09 91 00 —
Painting, except as follows:
BASIC MECHANICAL 33 05 00 - 18 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1. Copper pipe
2. Stainless steel pipe. Flanges and supports or hangers shall be painted.
- END OF SECTION -
BASIC MECHANICAL 33 05 00 - 19 VCWRF GBT Addition
REQUIREMENTS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 33 05
PIPING AND EQUIPMENT IDENTIFICATION SYSTEMS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish and instali ali components of the system for identification of
piping and equipment as specified hereinafter. The system shall include the application of
color coding to all new and altered plant piping. The Contractor shali paint the equipment
and piping of all Contracts in the colors herein specified, and in accordance with the
requirements of Section 09 91 00, Painting.
-- B. In addition to the legends specified herein the City's Project Representative may orderthe
Contractorto furnish and install additional identification legends and arrows at no additional
costto the Owner. Such additionai signs may be requested nearcompletion ofthework and
shall be limited to no more than five (5) signs for each type specified herein. The legends
and color combinations for additional signs shall conform to the requirements specified
herein.
C. The Contractor shall submit a schedule of the colors and designations proposed in
accordance with Section 01 33 00, Submittals, and this Section. A minimum offour(4) color
charts with cross-references to the colors listed herein shall be included with the Submittal.
D. Reference Section 33 05 00, Basic Mechanical Requirements.
PART 2 -- PRODUCTS
� � � :� �
A. All new and altered piping shall receive identification bands. Such bands shall be 6-inches
wide, neatly made by masking, and spaced at intervals of 30-inches on centers regard�ess of
the diameter of the pipe being painted. The Contractor may use approved precut and
prefinished metal bands on piping, in lieu ofthe masked and painted bands, where approved
by the City's Project Representative.
2.02 PIPING IDENTIFICATION LEGEND
A. The Contractor shall apply identification legends to all types and sections of piping as shown
on the Drawings or as designated by the City's Project Representative. Legends and labels
shall be configured to match existing piping to the extent practical. Such legends shall be in
the form of plain block lettering giving the name of the pipe content in full or abbreviated
form, and showing the direction of flow by arrows. All lettering and arrows shall be of the
plastic snap-on type, Seton nameplate "setmarks", or equal, or they shall be formed by
stenciling in an approved manner using white or black as directed and shall have an overall
height in inches in accordance with the following table:
PIPING AND EQUIPMENT 33 05 26 - 1 VCWRF GBT Addition
IDENTIFICATION SYSTEMS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Diameter of Pipe or Pipe Coverinq
3/4 to 1-1/4 inches
1-1 /2 to 2-inches
2-1/2 to 6-inches
8 to 10-inches
Over 10-inches
Legend
Drain
Filtrate Drain
Waste Act. Sludge
Thickened Sludge
Compressed Air
Service Water
B. Identification lettering shall be located midway between color coding bands where possible.
Identification lettering and arrows shall be placed as directed by the City's Project
Representative, but shall generally be located each fifteen (15) feet in pipe length, and shall
be properly inciined to the pipe axis to facilitate easy reading. In the event lettering and
arrow identifications are required for piping less than 3/��-inch in diameter, the Contractor
shall furnish and attach approved color coded tags wher� instructed.
C
C
The colors referenced in the legend are as manufactured by Pittsburg Paints color char
reference PPG High Performance Coatings. They are used for convenience only.
Pipinq and Equipment Identification
Service
Sanitary and Process
Drains
Filtrate Drains
GBT Feed Sludge
Thickened Sludge
Service Air
Washwater Supply
Piping
Neat Polymer
Polymer Solution
Potable Cold Water
Service Water
Seal Water Piping
All valves, pumps and
motors
Heiqht of Letterinq
1/2-inches
3/4-inches
1-1 /4-inches
2-1/2-inches
3-1/2-inches
Base
Charcoal Gray or
unpainted Blacf. Iron
(PC 848)
Gray (PC 847)
Brown (PC 764)
Brown (PC 764)
Green (PC 855)
Green (PC 855)
:. .
Yellow (PC 875)
Yellow (PC 875)
Light Green (PC 772)
�ight Green (PC 772)
Neat Polymer Unpainted -
Polymer Solution Unpainted -
Potabie Water Blue (PF 865) -
Service Water Green (PC 855) Light Green (PC 772)
Seal Water Green (PC 855) Light Green (PC 772)
Match Adjacent Piping (see Section 09 91 00 1.05.D)
PIPING AND EQUIPMENT 33 05 26 - 2 VCWRF GBT Addition
IDENTIFICATION SYSTEMS City Project No. 01847
. Hazen ard Sawyer Project No. 60000-000
E. Additional labeis shall be provided as indicted below:
1. The three 6-inch sludge pipes feeding the GBTs shall be provided with identification
lettering on the pipes in close proximity to the manifold and valves on the south wall
of the pumping area. The pipes, from top to bottom shall be provided with labels that
have the foilowing text in accordance with the color requirements identified in this
Section.
a. Top pipe label shall read "TO GBT No. 1"
b. Middle pipe label shall read "TO GBT No. 3"
""" c. Bottom pipe label shall read "TO GBT No. 2"
2. The GBT Feed pumps shall be provided with tags or shall be otherwise labeled with
the information listed below. Final labeling material and location shall be coordinated
with OWNER and CITY'S PROJECT REPRESENTATIVE priorto approval.
a. GBT Feed Pump No. 1 label shall read "GBT FEED PUMP No. 1 PRIMARY
SERVICE — STANDBY"
b. GBT Feed Pump No. 2 label shall read "GBT FEED PUMP No. 2 PRIMARY
SERVICE — GBT No. 2 FEED"
- c. GBT Feed Pump No. 3 label shall read "GBT FEED PUMP No. 3 PRIMARY
SERVICE — GBT No. 1 FEED"
d. GBT Feed Pump No. 4 label shall read "GBT FEED PUMP No. 4 PRIMARY
SERVICE — GBT No. 3 FEED"
-- - 3. The six valves that isolate the polymer blending units from the in-line polymer sludge
mixing units shall be provided with tags or shall be otherwise labeled with the
- information listed below. Final labeling material and location shall be coordinated
with OWNER and CITY'S PROJECT REPRESENTATIVE priorto approval.
a. "POLYMER BLENDING UNIT No.1 SUPPLY TO GBT No. 1"
b. "POLYMER BLENDING UNIT No.2 SUPPLY TO GBT No. 2"
c. "POLYMER BLENDING UNIT No.4 SUPP�Y TO GBT No. 3"
d. "POLYMER BLENDING UNIT No.3 SUPPLY TO GBT No. 1"
e. "PO�YMER BLENDING UNIT No.3 SUPPLY TO GBT No. 2"
f. "POLYMER BLENDING UNIT No.3 SUPPLY TO GBT No. 3"
��u.z•T��x.��.l�e
PIPING AND EQUIPMENT 33 05 26 - 3 VCWRF GBT Addition
IDENTIFICATION SYSTEMS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 33 06 80
SCHEDULES
PART 1 -- GENERA�
1.01 THE REQUIREMENT
A. Reference Section 33 05 00, Basic Mechanical Requirements.
1.02 PIPING SYSTEM SCHEDULES
A. Piping requirements for this Section are outlined on the Drawings, and in the Piping
System Schedule. In the absence of a specified test pressure, pipe shall be tested at a
pressure 50 percent greater than the normal operating pressure as determined by the
City's Project Representative or 10 psig, whichever is greater unless the Schedule
indicates that no test is required.
B. If the pipe material is not shown on the Piping System Schedule or otherwise specified,
the following materiais shall be used:
Pipe Size Material Tyqe of Joint Class/Desiqn Test Pressure
4-in and larger DIP Flanged (Exposed) 53 (1)
Restrained (Buried) 51
Less than 4-in PVC Socket Sch 80 (1)
(1) Test at 150 percent of normal operating pressure or 10 psi, whichever is greater.
C. Non-criticai gravity lines such as drains, fioor drains, roof drains, etc., do not typically
require a pressure test.
1.03 VALVE SCHEDULES
A. Performance Affidavits shall be required for all valves listed in the valve schedule(s).
Performance Affidavits shall be provided in accordance with Section 11 00 00,
Equipment General Provisions and Section 01 33 00, Submittals. All valves shall be
tagged by the manufacturer according to the controi valve designations listed in the
Schedule.
B. Valves not listed in the valve schedule(s) shall be manually operated, unless otherwise
shown on the Drawings.
0
�
0
�
0
�
�
A
SCHEDULES 33 06 80 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
PIPING SYSTEM SCHEDULE
EXTERIOR PIPING SCHEDULE
RESTRAINT
SYSTEM
PIPE TYPE OF DESIGN* TEST
IDENTIFICATION MATERIAL JOINT CLASS/DESIGN PRESSURE PRESSURE
PVC SOCKET SCH 80
DR N/A N/A
DIP PUSH-ON CLASS 51
RESTRAINED
(BURIED) CLASS 5'^,
SL DIP FLANGED CLASS 53 180 PSI 90 PSI
(EXPOSED) CLASS53
GROOVED
(EXPOSED)
' DESIGN PRESSURE SHALL BE USED TO DETERMINE THE SIZE, NUMBER, MATERIAL AND DIMENSIONS OF TABS
AND THREADED-RODS FOR PIPING SPECIFIED OR SHOWN TO HAVE THREADED-RODS FOR THRUST RESTRAINT.
" PROVIDE HEAT TRACING AND INSULATION AS SPECIFIED IN DIVISION 15 ON ALL EXTERIOR EXPOSED PIPING
INDICATED.
SCHEDULES 33 06 80 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
INTERIOR PIPING SCHEDU�E
RESTRAINT
SYSTEM
PIPE TYPE OF DESIGN* TEST
IDENTIFICATION MATERIAL JOINT CLASS/DESIGN PRESSURE PRESSURE
PVC SOCKET SCH 80
DR p�P FLANGED CLASS 53 N/A N/A
(EXPOSED)
F PVC SOCKET SCH 80 N/A N/A
DW PVC SOCKET SCH 80 225 PSI 150 PSI
RESTRAINED
(BURIED) CLASS 51
PS, SL, S DIP FLANGED CLASS 53 180 PSI 90 PSI
(EXPOSED) CLASS 53
GROOVED
(EXPOSED)
<4" CPVC
(EXPOSED)" SOCKET SCH 80
< 4" PVC
(BURIED)
PW TYPE K(BURIED) 250 PSI 150 PSI
< 4" COPPER"" SOLDERED TYPE L(EXPOSED)
>= 4" DIP" RESTRAINED CLASS 51
TYPE 316
A STAINLESS SCREWED SCH 40 250 PSI 150 PSI
STEE�
SW CARBON STEE� SCREWED SCH 40 250 PSI 150 PSI
WW CARBON STEE� FLANGED SCH 40 250 PSI 150 PSI
TYPE 316
SEAL WATER STAINLESS SCREWED SCH 40 250 PSI 150 PSI
STEEL
RESTRAINED
(BURIED) CLASS 51
TS, TWAS, TPS DIP FLANGED C�ASS 53 180 PSI 90 PSI
(EXPOSED)
GROOVED CLASS 53
(EXPOSED)
CPVC SOCKET SCH 80 225 PSI 150 PSI
PON, POS Tubing (see Section 33 05 00) (see Section N/A 125 PSI
33 05 00)
" DESIGN PRESSURE SHALL BE USED TO DETERMINE THE SIZE, NUMBER, MATERIAL AND DIMENSIONS OF TABS
AND THREADED-RODS FOR PIPING SPECIFIED OR SHOWN TO HAVE THREADED-RODS FOR THRUST RESTRAINT.
** PROVIOE HEAT TRACING AND INSUI.ATION AS SPECIFIED IN DIVISION 15 ON A�L EXTERIOR EXPOSED PIPING
INDICATED.
SCHEDULES 33 06 80 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
PIPING SYSTEM SCHEDULE DESIGNATIONS
DR
F
PS
PW
S
A
PON
WW
DRAIN
FILTRATE
PRIMARY S�UDGE
POTABLE WATER
SLUDGE
SERVICE AIR
POLYMER — NEAT
WASHWATER
SL
SW
TS
TPS
TWAS
WAS
POS
HP.0 SLUDGE
SERVICE WATER
THICKENED SLUDGE
TI-:ICKENED PRIMARY SLUDGE
THICKENED WASTE ACTIVATED SLUDGE
W,aSTE ACTIVATED SLUDGE
PO�YMER-SOLUTION
SCHEDULES 33 06 80 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
C
O
.�
U
O
J
N
v
.�
L
� i
� U
N
O
�
d
�
�
� �
� �
U �
N
� � �
� �� �
�� �"�n —
.� � � Q �
� � >
�
i
x�o�
��°� �
� �,
�
��
N � (6
� U U
C �L
� U
�
L1�
�- O
O Z
Q � �
� �
� Q
�
N �
Q _
� �
�
O
O ? ��
C �
U� �
�
�
z
0
�-
U
W
�
l�
0
0
z
w
�I�O
O�f'O
.,-. 00 O
� � O
� � O
Q p O
� Z �
m �-.
U' � O
��oZ
� � U
�
>U�
i
N
�
tB
�
�
C
t�
C
�
N
t6
_
�
0
�
�
0
�
�
�
W
�
�
�
W
2
U
�
SECTION 33 11 10
DUCTILE IRON PIPE
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. All ductile iron pipe and specials shall be marked with the manufacturer's name or
trademark, size, weight, thickness class, the date of manufacture, and the word "Ductile".
B. Ductile iron pipe (DIP) of the sizes shown or specified shall conform to ANSI A21.51
(AWWA C151), Grade 60-42-10 for ductile iron pipe centrifugally cast in metal molds or
sand-lined molds. All ductile iron pipe shall conform to ANSI A21.50 (AWWA C150) for
thickness design and shall be supplied in 18 or 20 foot nominal lengths or as required to
meet the requirements of the Drawings. Fittings and specials shall be cast iron or ductile
iron, conforming to the requirements of ANSI A21.10 (AWWA C110) or ANSI A21.53
(AWWA C153) and shall have a minimum rated working pressure of 250 psi.
C. Minimum Class 53 pipe shall be used for flanged spools.
D. Reference Section 33 05 00, Basic Mechanical Requirements
PART 2 -- PRODUCT
2.01 DUCTILE IRON PIPE AND FITTINGS
A. All pipe and fittings for potable water and service water, with the exception of glass lined
pipe and sleeves, shall be cement mortar lined. Linings shall conform to American Standard
Specifications for Cement Mortar Lining for Cast Iron Pipe and Ductile Iron Pipe and Fittings,
ANSI A21.4 (AWWA C104) and shall be standard thickness. The mortar lining shall be
protected with the bituminous seai coat.
B. All pipe and fittings for wastewater and sludge materials, with the exception of giass lined
pipe and sieeves, shall be lined with 40 mils thickness of Protecto 401 Ceramic Epoxy Lining
or approved equal.
C. All buried DIP and fittings shall have a bituminous coating on the exterior surFaces in
accordance with ANSI A21.51 (AWWA C151). All exposed DIP and fittings shall have a
shop applied prime coat in accordance with Section 09 91 00 - Painting.
" D. Glass-lined ductile iron pipe shall be furnished and installed where specified in the Exterior
0
_ Piping System Schedule. The finished lining shall be from 0.008-inch to 0.012-inch thick, �
hardness of from 5 to 6 on the Mohs Scale, density of from 2.5 to 3.0 grams per cubic �
centimeter as measured in accordance with the requirements of ASTM D792 and be
capable of withstanding a thermal shock of 350°F without crazing, blistering, or spalling. The
DUCTILE IRON PIPE 33 11 10 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
lining shall be Ervite Type SG-14, as manufactured by �he Ervite Corporation, Erie, Pa.,
Ferrock MEH-32, by Water Works Supply & Mfg., Co., Marysville, CA, or equal.
E. Cutting of glass-lined pipe in the field shall be limited to o�ly one piece per run of pipe, and
this shall be for closure purposes only. Spalling of the glass liner shall be no more than
1/8-inch back from the cut. Flanges and bolt holes on spool pieces shall be aligned prior to
glassing and shall be sealed and tested prior to shipment in accordance with the
manufacturer's recommendation. Warping of flanges and!or pipe may be cause for rejection
as determined by the City's Project Representative.
F. Requirements forvarious types ofjoints are described in the following paragraphs. UNLESS
OTHERWISE NOTED HEREIN OR ON THE DRAWINGS, ALL EXPOSED DUCTILE IRON
PIPING SHA�� HAVE FLANGED JOINTS.
G. Flanged joints and fittings shall have a minimum pressure rating of 250 psi with 125 Ib.
American Standard flanges. All flanges and fittings shail conform to the requirements of
ANSI B16.1. Flanges shall be ductile iron and shall be of the threaded or screw on type.
The face of the flanges shail be machined after installation of the flange to the pipe. No
raised surface shall be allowed on flanges. Flanged pipe shall conform to the requirements
of ANSI Specification A21.15, (AWWA C115). Pipe lengths shall be fabricated to meetthe
requirements of the Drawings.
H. Gaskets shall be the "Ring Gasket" type, 1/8-inch minimu;m thickness, cloth inserted rubber,
red rubber or neoprene and shall be suitable for the ser✓ice intended. Gaskets for glass
lined pipe shall be TORUSEAL fiange gasket, or equal. Bolts shall be of the size and length
called for and in accordance with the "American Standard" and complywith the requirements
of the ANS I/AW WA Standards. The bolts forflanged joints shall be a minimum ASTM A307;
Grade B carbon steel and be in accordance with ANSI A21.10, (AWWA C110). The bolts
shall have hexagonal heads and nuts, no washers shall �e used.
Bell and spigot pipe shall be provided with push on, 0-rin� rubber gasket, compression type
joints and shall conform to the requirements of ANSI A2': .11 (AWWA C111). Fittings and
specials shall be supplied with mechanical joints as specified for mechanical joint pipe. If
required by installation conditions, pipe shall have ca�t-on lugs for adequately tying it
together.
Mechanical joints and fittings shall conform to the requirements of ANSI A21.11,
(AWWA C111). Joints shall be made employing a tap�red rubber gasket forced into a
tapered groove with a ductile iron follower ring. If required by installation conditions, pipe
and fittings shall have cast-on lugs for adequately tying thL pipe and fittings together. These
shall be in conformance with standard practice and as outlined under the appropriate
AWWA Specifications.
K. Bolts for mechanical joints shall be high strength corrosio� resistant low-alloy steel tee-head
bolts with hexagonal nuts.
Mechanical coupling joint pipe and fittings shall be split type, shouldered end. Coupling
materials shall be malleable iron. Couplings shall have a minimum pressure rating and
service equal to that of the connected piping. Gaskets �hall be of rubber. Bolts and nuts
shall be heat treated carbon steel track bolts and shall be plated. After installation, buried
coupiings shall receive two heavy coats of coal tar epoxy (min. 24 mil thickness) which is
DUCTILE IRON PIPE 33 11 10 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
compatible with the finish of the couplings. Couplings shail be as manufactured by Victaulic
Company of America Style 44, or equal.
M. Restrained joint pipe shall consist of factory manufactured bolted retainer rings, ductile iron
locking segments held in place by rubber retainers, or ductile iron retaining rings that lock
over the bell of the joint and are secured to prevent rotation, and factory welded retainer
beads or rings on the spigot of the pipe. All components of the bolted or snap ring
assemblies shall be constructed of corrosion-resistant, high strength, low-alloy steel.
Restrained joint pipe shall be Flex-Ring or Lock-Ring type joints as manufactured by
American Cast Iron Pipe Company, HP LOK orTR Flex as manufactured by US Pipe, Bolt-
Lok or Snap-Lok as manufactured by Griffin Pipe Products, TR Flex or Super Lock as
manufactured by Clow Water Systems Co., or approved equal.
N. Restrained fittings for piping systems 16-inches in diameter and greater shall have factory
restraint systems identical to the factory restrained joint pipe specified in Item K above. All
fittings shall be minimum pressure Class 250 unless otherwise specified.
O. Restrained fittings for pipe systems 14-inches in diameter and smaller shali be Mechanical
Joint fittings with restraint assemblies such as Stargrip by Star Pipe Systems, Mega Lug by
EBAA Iron, ONE LOK bySigma, Grip Ring by Romac, orapproved equal. Wherethreaded-
rods are allowed, the rods and tabs shall be designed for the specified restraint system
design pressure, shall have lengths less than 10 feet between fittings, and shall be painted
with two heavy coats of coal tar epoxy after installation.
P. The manufactured systems for thrust restraint indicated above shall be used where
restrained joint ductile iron pipe and fittings are specified or indicated on the drawings.
Gripping gaskets are not an acceptable form of restraint. Thrust restraint and harnessing
systems such as threaded-rods, friction clamps, retainer glands shall be used only where
specifically specified herein, indicated on the drawings or if allowed by the City's Project
Representative in isolated applications where conditions warrant and necessitate their use.
Concrete thrust blocks may be used in accordance with the schedule indicated on the
drawings, if applicable.
Q. Cast Iron Soil Pipe shall conform to the standards of the Cast Iron Soil Pipe Institute (CISPI)
Specification HS-67, and also ANSI Specification A-112.5.2 for Hub & Spigot pipe or
A.112.5.1 for Hub & Spigot pipe or A.112.5.1 for No-Hub Pipe. Pipe class shall be "Extra
Heavy: (XH).
- END OF SECTION -
DUCTILE IRON PIPE 33 11 10 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 33 11 12
PVC/CPVC PIPE
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Reference Section 33 05 00, Basic Mechanical Requirements.
PART 2 -- PRODUCTS
2.01 POLYVINY� CH�ORIDE (PVC) PIPE AND FITTINGS
A. PVC pipe and fittings shall be manufactured in accordance with ASTM D 1785, D 1784 and
F 441, "normal impact" pipe, Schedule 40 or 80 as specified.
B. Fittings used with this pipe shall be socket type or flanged type as specified herein, in
Section 33 06 80 - Schedules, or indicated on the Drawings. Plastic piping shall be installed
in full accordance with the manufacturer's recommendations forthe specific instailation. No
field bending or distortion of the pipe will be permitted.
C. PVC pipe shail be Type 1 Grade 1 conforming to ASTM D 1784 and D 1785. Fittings shall
conform to the following standard specifications:
Socket Type (Schedule 40); ASTM D 2466
Socket Type (Schedule 80); ASTM D 2467
D. Provide flanged fittings of the same material as the specified pipe and material conforming
to ANSI B16.5 at all valves and equipment with Teflon filled or natural rubber gaskets. Bolts
shall be type 316 stainless steel forflanged joints. Fianges are not required at true (double)
union valves.
E. Solvent cement for socket type joints shall conform to ASTM D 2564 for PVC pipe and
fittings. Solvent cement for sodium hypochlorite service shall be Weld-On 724 as
manufactured by IPS Corporation, or equal.
F. C900-Class 200 shall be in sizes between 4 inches and 12 inches and shall meet the
requirements of AWWA C900 "Poly Vinyi Chloride (PVC) Pressure Pipe" and shall conform
to all the requirements of ASTM D1784 and ASTM D2241. The pipe shall be a minimum of
DR 14 and shall be capable of withstanding the overburden pressures determined by the
depth of burial in the field.
0
1. Pipe material shali be made from clean, virgin, NSF approved Class 12454-A PVC �
compound conforming to resin specification ASTM D1784. Standard laying lengths �
shall be 20-feet (±1 inch). Random lengths of not more than 15% of the total footage
of each size may be shipped in lieu of the standard lengths. Reruns of reclaimed
material shall not be accepted.
PVC/CPVC PIPE 33 11 12 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2. The pipe shall have bell and spigot ends with push-on, O-ring rubber gasket,
compression type joints conforming to the requirernents of ASTM 2672. Elastomeric
gaskets shall conform to the requirements of ASTM F477.
3. Minimum pipe stiffness (F/dY) at 5% deflection s:�all be 914 psi for all sizes when
tested in accordance with D2241.
4. The pipe shall be designed to pass a quick burst t�st pressure of 985 psi applied in
60 to 70 seconds when tested in accordance with ASTM D1599, as referenced in
ASTM D2241.
5. Fittings for C900-Class 200, DR 14 shall be ducti":e iron, bolted mechanical joint.
G. C900-Class 150 shall be in sizes between 4 inches ar.d 12 inches and shall meet the
requirements ofAWWA C900 "Poly Vinyl Chlorine (PVC) °ressure Pipe" and shall conform
to all the requirements of ASTM D1784 and ASTM D2241. The pipe shall be a minimum of
DR 18 and shall be capable of withstanding the overburden pressures determined by the
depth of burial in the field.
Pipe material shall be made from clean, virgin, NSF approved Class 12454-A PVC
compound conforming to resin specification AST(�1 D1784. Standard laying lengths
shall be 20-feet (±1 inch). Random lengths of not rnore than 15% of the total footage
of each size may be shipped in lieu of the stand�rd lengths. Reruns of reclaimed
material shall not be accepted.
2. The pipe shall have bell and spigot ends with push-on, O-ring rubber gasket,
compression type joints conforming to the requirernents of ASTM 2677. Elastomeric
gaskets shall conform to the requirements of ASTM F477.
Minimum pipe stiffness (F/dY) at 5% deflection s�all be 435 psi for all sizes when
tested in accordance with D2241.
4. The pipe shall be designed to pass a quick burst test pressure of 755 psi applied in
60 to 70 seconds when tested in accordance wit[� ASTM D1599, as referenced in
ASTM D2241.
5. Fittings for C900-Class 150, DR 18 shall be ducti�e iron, bolted mechanical joint.
H. PVC pressure rated pipe (PR 160) shall be in sizes betwevn 1 1/2 inches and 12 inches and
shall conform to all the requirements of ASTM D1784 �nd ASTM D2241 and shall be a
minimum of SDR 26 and shall be capable of withstanding the overburden pressures
determined by the depth of burial in the field.
1. Pipe material shall be made from clean, virgin, NSF approved Class 12454-A PVC
compound conforming to resin specification ASTM D1784. Standard laying lengths
shall be 20-feet (1± inch). Random lengths of not .�nore than 15% ofthe total footage
of each size may be shipped in lieu of the stand�,rd lengths. Reruns of reclaimed
materials shall not be accepted.
2. The pipe shall have bell and spigot ends with push-on, O-ring rubber gasket,
PVC/CPVC PIPE 33 11 12 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
compression typejoints conforming to the requirements ofASTM 2672. Elastomeric
gaskets shall conform to the requirements of ASTM F477.
3. Minimum pipe stiffness (F/dY) at 5% deflection shall be 135 psi for all sizes when
tested in accordance with ASTM D2241.
4. The pipe shall be designed to pass a quick burst test pressure of 500 psi applied in
60 to 70 seconds when tested in accordance with ASTM D1599, as referenced in
ASTM D2241.
The pipe shall be designed to pass for 1000 hours a sustained test pressure of 340
psi when tested in accordance with ASTM D1598, as referenced in ASTM D2241.
Fittings for PR 160, SDR 26 shall be PVC and designed for the pipe being supplied.
Acrylonitrile-butadiene-styrene (ABS) shall conform to the requirements of ASTM D 2661.
Pipe and fittings shall have socket type coupiings with solvent cement joints. Solvent
cement shall conform to ASTM D 2235.
K. Type PSM polyvinyl chloride (PVC) pipe and fittings shall conform to the requirements of
ASTM D 3034 with a maximum SDR of 35. Pipe and fittings shall have beli and spigot ends
with O-ring rubber gasketed, compression type joints. Joints shall conform to the
requirements of ASTM Specification D 3212. Reruns of reclaimed materials shall not be
accepted. Unless indicated otherwise, PVC wall pipes shall be provided for all piping
passing through exterior walls. Wall pipes shall have a water stop soivent-welded to the
pipe. Each wall pipe shall be of the same class and type as the piping to which it is joined.
L. Perforated and closed drainage pipe and fittings shall be rigid PVC pipe, Schedule 40 unless
- otherwise shown or specified with solvent welded type joints, or approved equal. Pipe shall
be slotted or have two rows of 1/4-inch diameter holes spaced 4-inches apart along the
- circumference of the pipe. Longitudinai spacing of holes shall be 5-inches maximum.
2.02 CHLORINATED POLYVINYL CHLORIDE (CPVC) PIPE AND FITTINGS
A. CPVC shall be manufactured in accordance with ASTM D 1785, D 1784 and F 441, "normal
impact" pipe, Schedule 40 or 80 as specified.
B. Fittings used with this pipe shall be socket type or flanged type as specified herein or
indicated on the Drawings. Plastic piping shali be installed in full accordance with the
manufacturer's recommendations for the specific instaliation. No field bending or distortion
of the pipe will be permitted.
C. CPVC pipe shall be Type 4, Grade 1, Schedule 80, conforming to ASTM D 1784 and ASTM
F 441. CPVC fittings shall be socket type conforming to ASTM F 439.
D. Solvent cement for socket type joints shall conform to ASTM F 493 for CPVC pipe and
fittings. Solvent cement for sodium hypochlorite service shall be Weld-On 724 as
manufactured by IPS Corporation, or equal.
- END OF SECTION -
PVC/CPVC PIPE 33 11 12 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 33 11 14
STEEL PIPE
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Steel pipe and fittings shall conform to AWWA C200 for nominal pipe sizes 6-inches and
larger. Steel pipe shall be new and shall meet or exceed the manufacturer and material
requirements of ASTM A53, Grade B or ASTM A139, Grade B.
B. The AWWA Specifications referenced in this section are supplemented as follows:
- 1. An affidavit of compliance is required from the pipe manufacturer.
2. The steel manufacturer's certification that the material meets the ASTM Specification
will be accepted in lieu of tests on specimens taken from the fabricated pipe.
3. The fabricator may purchase steel plates on the chemical basis only, and shail
furnish to the Owner certified test reports.
4. Joints shall be flanged unless otherwise indicated on the Drawings.
C. Ali parts of the materials furnished shall be amply designed, manufactured and constructed
for the maximum stresses occurring during fabrication and erection. All materials shall be
--- new and both workmanship and materials shall be of the very best quality, entirely suitable
for the service to which they will be subjected and shall conform to all applicable sections of
these Specifications. Manufacturer's designs shall accommodate all the requirements of
these Specifications.
_ D. The Contractor shail be responsible for the structural design of the steel pipe. The
Contractor shail submit certification that the steel pipe has been designed to resist all loads
implied and reasonably anticipated.
E. Reference Section 33 05 00, Basic Mechanical Requirements.
PART 2 -- PRODUCTS
- 2.01 EXTERIOR STEEL PIPE AND FITTINGS (PROCESS AIR AND WATER)
A. Exterior steel pipe shall be fabricated by either the spiral weld or single longitudinal seam
0
method and shall be rated for at least 25 psig and 250°F. Steel pipe shall be fabricated by p
0
either the spiral weld or single longitudinal seam method with a minimum yield strength of A
-- 35,000 psi. Design stress in the pipe wall at the design pressure shall not exceed 50
percent of the minimum yield strength of the steel.
STEE� PIPE 33 11 14 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
B. Fittings shall be fabricated from the pipe specified and shall conform to AWWA C208,
Tabie 1(Figure 1). Fittings provided for the purpose of '.ransition to other types of piping
shall be in accordance with the applicable portions of F�WWA C207 and AWWA C208,
unless otherwise shown on the Drawings.
C. Flanges shall be AW WA C207, Standard hub type, slip-on welding flanges, Class B, unless
otherwise required for connection to equipment. Bolts shall be of the size and length called
for and in accordance with the "American Standard" and c�mply with the requirements of the
ANSI/AWWA Standards. The boltforflanged joints shall G�e a minimum ASTM A307; Grade
B carbon steel and be in accordance with ANSI A21.10, (AWWA C110). The bolts shall
have hexagonal heads and nuts, no washers shall be used. All gaskets shall be the "Ring-
Gasket type, 1/8-inch minimum thickness of material suita[�le for 250°F continuous service at
25 psig.
D. Welded field connections shall be of the single "V" buttjoint type in accordance with AWWA
C206. Welded connections shall not be permitted where such connections would interFere
with the removal of valves or equipment or create sections of pipe too large for removal from
structures. All field welds shall be radiographically inspect�d when field welding is permitted.
E. The minimum wall thickness for exterior steel pipe shall be .250-inch for pipe up to 30-inch
diameter and .375-inch for larger than 30-inch diameter.
F. Interior and exterior coatings for exterior steel pipe and fi=tings shall be as specified in this
Section, paragraph 2.03.
2.02 INTERIOR STEEL PIPE AND FITTINGS (PROCESS AIR AND WATER)
A. Steel pipe shall be fabricated by either the spiral weld or single longitudinal seam method
with a minimum yield strength of 35,000 psi. Design stress in the pipe wall at the design
pressure shall not exceed 50 percent of the minimum yield strength of the steel.
B. Steel pipe shall be manufactured to the nominal pipe sizes listed and shall have the
following minimum wall thicknesses:
STEEL PIPE 33 11 14 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
Minimum Sheet or Plate Thickness, inches
Nominal Pipe 100 psi Design 300 psi Design
Size Process Air Pressure Pressure
6 or less 0.125 0.125 0.125
8-14 0.134 0.134 0.134
16 0.134 0.134 0.188
18 0.188 0.188 0.188
20-24 0.250 0.250 0.250
30 0.250 0.250 0.281
- 36 0.250 0.250 0.344
42 0.250 0.250 0.375
48-54 0.250 0.250 0.500
- 60-66 0.312 0.312 0.625
72-84 0.375 0.375 0.750
90 0.375 0.375 0.8125
C. Fittings shali be fabricated from the pipe specified and shall conform to AWWA C208,
Table 1(Figure 1). Fittings provided for the purpose of transition to other types of piping
shall be in accordance with the appiicable portions of AWWA C207 and AWWA C208,
unless otherwise shown on the Drawings.
D. Fianges shall be AWWA C207, standard hub type slip-on welding flanges, in accordance
with the following table, unless otherwise required for connection to equipment:
Desiqn Pressure Flanqe Class
- 86 psi or less (All sizes) B
87 - 149 psi (4 - 12 inch) D
87 - 175 psi (14 inch and larger) D
150 - 275 psi E
276 - 300 psi F
E. All gaskets shall be the "Ring-Gasket" type, 1/8-inch minimum thickness. Bolts shall be of
the size and length called for and in accordance with the "American Standard" and comply
with the requirements of the ANSI/AWWA Standards. The bolts forflanged joints shall be a
minimum ASTM A307; Grade B, carbon steel and be in accordance with ANSI A21.10
(AWWA C1110) unless otherwise specified. The bolts shall have hexagonal heads and
nuts, no washers shall be used.
F. The piping layout shown on the Drawings is based upon standard fittings available in ductile
iron pipe in the case of water piping and typical fittings available in steel piping for process
air. In some instances, flange joints shown may not be required for steel pipe. Welded
joints may be substituted for flange joints subject to approval by the City's Project
- Representative. Weided joints will not be acceptable where such joints would interfere with
the removal of valves or equipment or create sections of piping too large for removal from
structures as determined by the City's Project Representative.
STEEL PIPE 33 11 14 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
G. Harnessed flexible couplings may also be used in lieu of flanges at locations approved by
the City's Project Representative. Lugs shall be welded to the pipe in accordance with the
requirements of AWWA Manual M11 for Steel pipe where required for harnessing offlexible
couplings.
H. Welded field connections shall be of the single "V" buttjoi�ttype in accordance with AWWA
C206. Welded connections shall not be permitted where such connections would interfere
with the removal of valves or equipment or create sections of pipe too large for removal from
structures. All field welds shall be radiographically inspect�d when field welding is permitted.
Interior and exterior coatings for interior steel pipe and fi�tings shall be as specified in this
Section, paragraph 2.03.
2.03 STEEL PIPE COATINGS
A. Exterior and interior coatings for steel pipe and fittings u�ed for process air or water piping
shall be as follows:
Tvpe of Service
Water
L:�
Exterior Coatinq
Shop Prime per
Section 09 91 00 — Painting
Interior Coatinq
Cement Mortar AWWA C 205
Exterior and interior coatings for steel pipe and fittings used for process air piping shall be as
fol lows:
3.
!!
The steel pipe coatings and lining specified herein apply to all exposed and buried
steel process air piping. Steel pipe shall have an interior lining and exterior coating
for exposed or buried service as specified. Painting shall be in accordance with
Section 09 91 00 - Painting. Inspection of surface preparation and coating
application is required in accordance with Section 09 91 00 -Painting.
The interior of all steel pipe for process air service shall receive 3 mils (dry) of
inorganic zinc primer service rated for 250°F (dry) and 100°F (wet) continuous which
shall be Carbo Zinc 11 as manufactured by Carboline or equal. After the lining has
cured, it shall be thoroughly washed with hig(� pressure water to remove all
detachable particles.
Areas of pipe to be welded shall receive 1 mil (dry; of weldable inorganic zinc primer
such as Carbo Weld 11, as manufactured by Carboline, or equal.
Interior steel pipe and fittings:
a. The exterior of all interior steel pipe and fittings shall receive the same prime
coat as that specified for the interior except for areas of pipe to be field
welded. After welding and pressure and leakage testing are completed,
weided joints shall be thoroughly cleaned �f all foreign matter and any scale
or rust and primed as specified for the pipe. Finish coat and wrap shall be
applied to each joint as specified for the pipe for continuous coating and
wrapping of all steel piping.
STEEL PIPE 33 11 14 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar�d Sawyer Project No. 60000-000
b. Final touch up of inorganic zinc primer shall be with a modified aluminum
epoxy mastic such as Carbomastic 15 as manufactured by Carboline, or
equai.
Shop coatings and fieid touch-ups shall be electrically inspected by the use
of a holiday detector in accordance with AWWA C209 and Section 09 91
00 - Painting.
5. Exterior steel pipe and fittings:
The exterior of all exposed steel pipe and fittings shall receive the same prime coat
as that specified for interior steel pipe and fittings.
The exterior of all buried steel pipe and fittings shall receive a prime coat per
the exteriortape system manufacturer's recommendations, exceptforareas
of pipe to be field welded.
b. The exterior of buried steel pipe shall receive, over the prime coat, a
multi-layered, cold-applied tape wrap system which shall be shop applied
and consist of a rubber and synthetic resin primer, one (20 mils) layer of
inner wrapping and two (30 mils each) layer of outer wrap for a total system
build in excess of 80 mils. The cold applied type wrap shall operate
satisfactorily at a temperature of 200°F. The wrap shall be applied in
accordance with AWWA C214 and as specified herein. Windings shall be
spiral wrapped with at least 1" of overlap. All fittings shall be wrapped in
___ accordance with AWWA C209. Successive layers shall be applied such that
windings are staggered and overlay the midpoints of previous tape widths.
Polyethylene backed coatings shall be protected from sunlight at all times.
The wrapping shall terminate 6" from field weld sites. The tape wrap system
shali be the YG III system as manufactured by the Polyken Division of
Kendall Co., Boston MA, or equal.
c. The exterior of exposed exterior steel pipe and fittings shall receive, overthe
inorganic zinc prime coat, 3 mils of modified acrylic latex service rated for
300°F (continuous) which shall be Carboline 3359 as manufactured by
Carboline or equal, and 1-1/2 mil top coat of modified acrylic, service rated
for 300°F (continuous), which shall be Carboline 4685 as manufactured by
Carboline, or equal.
d. Afterwelding and pressure and leakage testing are completed, welded joints
shall be thoroughly cleaned of all foreign matter and any scale or rust and
primed as specified for the pipe. Finish coat and wrap shall be applied to
each joint as specified for the pipe for continuous coating and wrapping of all
steel piping.
e. Final touch up of inorganic zinc primer shall be with a modified aluminum
epoxy mastic such as Carbomastic 15 as manufactured by Carboline, or
equai.
STEEL PIPE 33 11 14 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Shop coatings and fieid touch-ups shall be electricaliy inspected by the use
of a holiday detector in accordance with A\NWA C209 and Section 09 91 00
- Painting.
2.04 STAINLESS STEEL PIPE AND FITTINGS (SERVICE AIR AND WATER)
A. Pipe shall be made of Type 316 stainless steel, schedule 40, conforming to ASTM A312.
B. Pipe must be weided seam, annealed after welding, pickled and passivated.
C. Unless otherwise shown or required, ali pipe and fittings shall be threaded. Fittings shall
conform to ANS I 816.3, 300 pound class and shall be Type 316 Stainless Steel screw type.
All threaded joints shall conform to ANSI B2.1 with taper�d threads at 3/4 inches per foot.
Joints shall be made tight with an oil and graphite paste cr teflon thread tape applied to the
male threads only. All pipe 1-1/2-inches and smaller sha;,l be reamed to remove scale and
dirt.
D. Fittings shall be 150 Ib and conform to ASTM A216.
E. Tubing shall not be allowed.
2.05 STEEL PIPE AND FITTINGS FOR NATURA� GAS, PROPANE GAS AND COMPRESSED
SERVICE AIR
A. Steel pipe and fittings for natural gas, propane gas a�d compressed service air shall
conform to ASTM A120, black, seamless, Schedule 40 or 80 as indicated in the Interior
Piping System Schedule. Unless otherwise shown or required, all pipe and fittings shall be
threaded. Fittings shall conform to ANSI B16.3, 300 pou�d class and shall be of the black
malleable iron screw type. All threaded joints shall conform to ANSI B2.1 with tapered
threads at 3/4 inches per foot. Joints shall be made tigh"'_ with an oil and graphite paste or
teflon thread tape applied to the male threads only. All piue 1-1/2-inches and smaller shall
be reamed to remove scale and dirt.
2.06 MISCELLANEOUS STEEL PIPE AND FITTINGS
A. Other steel pipe and fittings not specified elsewhere shall conform to ASTM A120, black or
galvanized, as directed by the City's Project Representat:ve, seamless, Schedule 40 or 80
as indicated in the appropriate Piping System Schedule in Section 33 06 80, Schedules.
B. Unless otherwise shown or required, all piping and fittinc. shall be threaded. Fittings shall
conform to ANSI B16.3, 300 pound class and shall be ofthe black malleable iron screwtype.
All threaded joints shall be made tight with an oil and graphite paste or teflon thread tape
applied to the male threads only. All pipe 1-1/2 inches and smaller shall be reamed to
removed scale and dirt. Pipe to be galvanized shall have a deep galvanized coating applied
in full accordance with ASTM A123.
- END OF SECTION -
STEEL PIPE 33 11 14 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
SECTION 40 05 23
VALVES, GENERAL
-�- -�
1.01 THE REQUIREMENT
A. The Contractor shall furnish and install, complete with all assemblies and accessories, all
valves shown on the Drawings and specified herein including all fittings, appurtenances and
transition pieces required for a complete and operable installation.
B. All valves shall be constructed of first quality materials which have strength, wearing, and
corrosion resistance characteristics entirely suitable for the types of service for which the
individual valves are designated. Except where noted otherwise, valves designated for
water service shall conform to pertinent sections of the latest revision of AWWA C500
Specifications. Cast iron valve bodies and parts shall meet the requirements of the latest
revision of ASTM Designation A-126, "Standard Specifications for Gray Iron Castings for
Valves, Flanges, and Pipe Fittings, Class B."
C. All valve body castings shall be clean, sound, and without defects of any kind. No plugging,
welding, or repairing of defects will be allowed.
D. Valves shall have flanged ends for exposed service and mechanical joint ends for buried
service, unless otherwise shown on the Drawings orspecified herein. Flanged ends shall be
flat-faced, 125 Ib. American Standard unless otherwise shown or specified in accordance
with ANSI B16.1. All bolt heads and nuts shall be hexagonal of American Standard size.
The Contractor shall be responsible for coordinating connecting piping. Valves with screwed
ends shall be made tight with Teflon tape. Unions are required at all screwed joint valves.
1.02 SUBMITTALS
A. The Contractor shall furnish to the Owner, through the City's Project Representative, a
Performance Affidavit where required in individual valve specifications, utilizing the format
specified in Section 11 00 00, Equipment General Provisions. Performance tests shall be
conducted in accordance with the latest revision of AWWA C500 and affidavits shall
conform to the requirements of the Specifications
B. Shop Drawings conforming to the requirements of Section 01 33 00, Submittals, are required
for all valves, and accessories. Submittals shall include all layout dimensions, size and
materials of construction for all components, information on support and anchoring where
necessary, pneumatic and hydraulic characteristics and complete descriptive information to
demonstrate full compliance with the Documents. Shop Drawings for electrically
operated/controiled valves shall include all details, notes, and diagrams which clearly identify
required coordination with the electrical power supply and remote status and alarm indicating
devices. Electrical control schematic diagrams shall be submitted with the Shop Drawings
for all electrical controls. Diagrams shall be drawn using a ladder-type format in accordance
with JIC standards. Shop Drawings for pneumatically operated/controlled valves shall
VA�VES, GENERAL 40 05 23 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
include all details, notes, and diagrams which clearly identify required coordination with the
compressed air (service air) system and electrical contrals.
C. Operation and maintenance manuals and installation instructions shall be submitted for all
valves and accessories in accordance with the Specific�tions. The manufacturer(s) shall
delete all information which does not apply to the equipment being furnished.
1.03 CONTRACTOR'S RESPONSIBILITIES
A. The Contractor shall provide the services of a qualified rep�resentative of the manufacturer(s)
of the equipment named below to check out and certify the installation(s), to supervise the
initial operation, and to instruct the Owner's operating personnel in proper operafion and
maintenance procedures in accordance with the following schedule:
Minimum On-Site
Item Valve/Operator Type Time Requirements
1. Automatic Control Check Valve One (1) 8-hour day
2. Surge Anticipators One (1) 8-hour day
3. Motor Operated Modulating Valves One (1) 8-hour day
4. Motor Operated Open-Close Valves (required only One (1) 8-hour day
if manufacturer is other than for Item 3 above)
Pneumatic Hydraulic Cylinder Operated Valves One (1) 8-hour day
Instruction shall be provided during approved training sessions. See Section 01 75 00.
B. 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 at the
office of the City's Project Representative's on each day he is at the project.
C. A written report covering the representative's findings �nd installation approval shall be
mailed directly to the City's Project Representative covering all inspection and outlining in
detail any deficiencies notes.
D. 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.
PART 2 -- PRODUCTS
2.01 FLOW INDICATORS
A. Flow indicators shall be the Akron ball-type as manufactured by Brooks Instrument Co.,
Fischer and Porter, or equal, and shall have bronze bodies, glass dome, and plastic ball.
VALVES, GENERAL 40 05 23 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
��1Y;��C'�C� •\ •��
A. Corporation stops shall be of bronze with tapered male iron pipe threads on inlets and
outiets. Terminal outlets shall have screwed bronze hex head dust plugs or caps. Unions
shall be used on all corporation stop outlets with connecting piping. Corporation stops shall
have a minimum working pressure rating of 250 psi and shall be as manufactured by Mueller
Co., Hays Mfg. Div. of Zurn industries, or equal.
2.03 FLOOR BOXES
A. Floor boxes shall be provided for all nut operated or fioor accessed valves. Floor boxes
shall be of the adjustable, sliding type, cast iron, suitable to withstand heavy traffic, as
manufactured by James B. Clow & Sons, Kennedy Valve Mfg. Co., or equal. The covers
shall be marked with appropriate designations of piping contents (i.e.: water, sewer) and
bases shall be the round type. All nut operated valves in this Section shall be clearly
identified by stainless steel or laminated plastic identification tags. The tags shall be
permanently affixed to the inside of the floor boxes, under grating, etc. and shall bear the
embossed letters which clearly identify each valve by its appropriate designation.
B. Two (2) valve operating wrenches shall be supplied in 4 foot lengths with tee handles for
each size nut supplied. Valve wrenches shall be Model No. F-2520 as manufactured by
James B. Clow & Sons, Kennedy Valve Mfg. Co., Figure No. 122, or equal.
2.04 VALVE BOXES
A. The Contractor shall furnish and install valve boxes as shown on the Drawings and specified
herein.
- B. All valve boxes shall be placed so as not to transmit shock or stress to the valve and shall be
centered and plumb over the operating nut of the valve. The ground in the trench upon
which the valve boxes rest shall be thoroughiy compacted to prevent settlement. The boxes
shall be fitted together securely and set so that the cover is flush with the finished grade of
the adjacent surface. A concrete pad as detailed on the Drawings shall be provided around
the valve box, sloped outwards.
C. All valve boxes shall be 2-piece cast iron, sliding type, 5-1/4" shaft, with heavy duty traffic
weight collar and the lid marked with the appropriate carrier product (i.e.: WATER). Boxes
shali be as manufactured by James B. Clow & Sons, Kennedy Valve Mfg. Co., Charlotte
Pipe and Foundry Company, or equal.
2.05 STRAINERS
A. Y-Strainers shall be Y-pattern cast iron body, flanged or screwed ends with stainless steel or
Monel, 20 mesh strainers. Strainers shall be 200 psi, cold-water service strainers, as
manufactured by WATTS, Crane Co., Zurn, or equal.
B. Stainless steel Y-strainers shall be provided as shown on the drawings. Strainers shall be
full port-full flow design manufactured of 316 stainless steel body: Y-strainers shall be
furnished with flanged ends. The strainer screen shall be 1/32-inch perforation, easily
removable, manufactured of the same material as the valve body.
VALVES, GENERAL 40 05 23 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. PVC and CPVC y-strainers shall be provided in PVC and CPVC piping and as shown on the
Drawings. Strainer shall be provided with PVC or CPVC body and end cap, EPDM or Viton
seal as required forthe chemical service, and 20 mesh sc�een. Temperature rating shall be
30°F to 140°F, and pressure rating shall be 150 psi @ 70`F, non-shock. PVC and CPVC y-
Strainers shall be as manufactured by Asahi/America, Hayward, or equal.
D. Manually cleaned strainers shall be the dupiex basket ta�ered plug type.
Strainers 3-inches in diameter and larger shall rave flanged ends conforming to
ANSI B16.1-125/150 pound standard.
2. Strainers less than 3-inches in diameter shall have screwed end connectors, unless
otherwise shown on the Drawings.
Strainers shall be constructed with an ASTM A48, Class 30 cast iron body, ductile
iron trim, removable 0.045 inch staggered hole perforation, 316 stainiess steel filter
baskets and gauges on the inlet and outlet.
4. All strainers shall be suitable for 125 psi service.
5. Switching flow from one basket to the other shal� be accomplished by moving the
handle through a 180° arc. The switching operation shall not stop flow through the
strainer and shall provide for on-line removal of e'.ther basket with the other basket
functional. The piug shall be automatically positioned with integral stops and shall
be easily lifted and reseated under pressure.
6. The strainer shall be designed to minimize the pcssibility of material bypassing the
plug while being rotated and to prevent debris frorn building up under the plug. The
strainer covers shall be designed for quick opening with swing away yoke.
7. Each basket compartment shall have a side drain outlet.
8. All strainers shall be provided with support legs.
9. Duplex basket strainers shall be similar to the Model 53BTX as manufactured by
Hayward, or equal.
E. PVC and CPVC simplex basket strainers shail be provided in PVC and CPVC piping as
shown on the Drawings. 1/2"-4" strainers shall be one-pi�ce molded bodywith (3) ports to
facilitate straight-thru flow pattern or u-shape flow pattern as required. Connections shall be
true union type to ease installation/future maintenance. T�e cover, vent plug, and drain plug
shall all be hand-removable, requiring no tools. EPDN or Viton seals shall be used as
required for chemical service, and internal baskets shall be 1/32" perforation (20-mesh) for
1/2"-1" sizes, and 1/8" perforation for 1-1/2"-8" sizes. 6" �nd 8" strainers shall be fabricated
construction and shall contain flanged connections as standard. The pressure rating for
1/2"-8" sizes shall be 150 psi @ 70°F, non-shock. Strainers shall be manufactured by
Hayward Industrial Products, or equal.
2.06 QUICK DISCONNECT COUPLINGS
VA�VES, GENERAL 40 05 23 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
A. Quick disconnect type coupling for compressed/service air shall be provided where indicated
on the Drawings. Coupling shall provide for instantaneous shutoff in socket end when lines
are disconnected. Couplings shall be constructed of 316 stainless steel with a BUNA-N
— O-ring and integral safety lock. Couplings shall comply with Military Specification 4109
(interchangeable with standard plug of the same size).
PART 3 -- EXECUTION
[c�i�I�I.� _ _ _ �iP�l
A. Except where noted otherwise herein, all valves shall be installing and tested in accordance
with the latest revision of AWWA C500. Before installation, all valves shall be lubricated,
manually opened and closed to check their operation and the interior of the valves shall be
thoroughly cleaned. Valves shall be placed in the positions shown on the Drawings. Joints
shall be made as directed under the Piping Specifications. The valves shall be so located
that they are easily accessible for operating purposes, and shall bear no stresses due to
loads from the adjacent pipe. The Contractor shall be responsible for coordinating
connecting piping.
_ B. All valves shall be tested at the operating pressures atwhich the particular line wili be used.
Any leakage or "sweating" of joints shall be stopped, and all joints shall be tight. Ali motor
operated and cylinder operated valves shall be tested for control operation as directed bythe
City's Project Representative.
C. Provide valves in quantity, size, and type with all required accessories as shown on the
Drawings.
D. Install all valves and appurtenances in accordance with manufacturer's instructions. Install
suitable corporation stops at all points shown or required where air binding of pipe lines
might occur. Install all valves so that operating handwheels or wrenches may be
conveniently turned from operating floor but without interfering with access, and as approved
by City's Project Representative. Unless otherwise approved, install all valves plumb and
level. Valves shall be installed free from distortion and strain caused by misaligned piping,
equipment or other causes.
E. Valve boxes shall be set plumb, and centered with the bodies directly overthe valves so that
traffic loads are not transmitted to the valve. Earth fill shall be carefully tamped around each
vaive box to a distance of 4 feet on ali sides of the box, or to the undisturbed trench face, if
less than 4 feet.
3.02 SHOP AND FIELD TESTING
A. Shop and field testing of valves shall be as follows:
" 1. Certified factory testing shall be provided for all components of the valve and
operator system. Valves and operators shall be shop tested in accordance with the
requirements in the latest revision of AWWA C500, including performance tests,
- leakage test, hydrostatic tests, and proof-of-design tests. The manufacturerthrough
VALVES, GENERAL 40 05 23 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
the Contractor shall submit certified copies of the reports covering the test for
acceptance by the City's Project Representative.
2. Shop testing shall be provided for the operators consisting of a complete functional
check of each unit. Any deficiencies found in shop testing shall be corrected prior to
shipment. The system supplier through the Contractor shall submit written
certification that shop tests for the electrical/pneurnatic system and all controls were
successfully conducted and that these componerts provide the functions specified
and required for proper operation of the valve operator system.
The Contractor shall conduct field tests to check and adjust system components,
and to test and adjust operation of the overall system. Preliminary field tests shall be
conducted prior to start-up with final field tests conducted during start-up. The
factory service representative shall assist the Cor,tractor during ail field testing and
prepare a written report describing test methods, and changes made during the
testing, and summarizing test results. The service representative shall certify proper
operation of the valve operator system upon successful completion of the final
acceptance field testing.
4. Preliminary and final field tests shall be conducted at a time approved by the City's
Project Representative. The City's Project Rep:�esentative shall witness all field
testing.
5. All costs in connection with field testing of ec�uipment such as energy, light,
lubricants, water, instruments, labor, equipment, temporary facilities for test
purposes, etc. shall be borne by the Contractor. The Contractor shall be fully
responsible for the proper operation of equipment during tests and instruction
periods and shail neither have nor make any clair� for damage which may occur to
equipment prior to the time when the Owner formally takes over the operation
thereof.
6. Preliminary field tests shall be conducted prior to start-up and shall include a
functional check of the entire valve operator sys�em and all system components.
Preliminary field tests shall demonstrate that the valve operator system perForms
according to specifications and that all equi�ment, valves, controls, alarms,
interlocks, etc., function properiy. The preliminary field test report must be approved
by the City's Project Representative prior to conducting final field acceptance tests.
Based on results of preliminary field tests, �he Contractor shall make any
adjustments required to settings, etc., to achieve tne required valve closing time and
operation specified or otherwise directed by the City's Project Representative.
7. Final field acceptance tests shall be conducted simultaneously with the start-up and
field testing of the pumps, air compressors, process air blowers, etc. Field tests shall
be conducted for the full range of operating modes and conditions specified and as
directed by the City's Project Representative. Ea�h of the valves shall be tested at
minimum, maximum, and normal head/flow conditions, and under all specified
conditions of opening and closing. Performance of pneumatic valves and
compressed air system under normal operating conditions and during simulated
power failures shall be checked.
VALVES, GENERAL 40 05 23 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
8. Field testing shall include optimization of opening and closing times of the valves.
The Contractor shall provide the means for accurate measurement of pipeline
pressures as directed by the City's Project Representative. Valve opening and
closing times shall be adjusted based on process requirements to optimize operation
of the valves. Final valve opening and closing times as determined by field tests
shall be approved by the City's Project Representative prior to final acceptance of
the system.
VALVES, GENERA�
- END OF SECTION -
40 05 23 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 40 05 23.01
VALVE OPERATORS
PART 1 - GENERAL
1.01 THE REQUIREMENT
A. Equipment shall be provided in accordance with the requirements of Section 11 00 00 —
Equipment General Provisions and Section 33 05 00 — Basic Mechanical Requirements.
B. Reference Section 33 06 80 — Schedules for additional information on valves and
operators.
C. Valve operators shall be designed to unseat, open or close, and seat the valve under the
most adverse operating condition to which the valves will be subjected.
D. Operator mounting arrangements shall be as indicated on the Drawings or as directed by
the manufacturer and/or City's Project Representative.
E. The valve operators shall be the full and undivided responsibility of the valve
-- manufacturer in order to ensure complete coordination of the components and to provide
unit responsibility.
1.02 SUBMITTALS
A. The following items shall be submitted with the Shop Drawings in accordance with, or in
addition to the submittal requirements specified in Section 01 33 00, Submittals; and
Section 11 00 00, Equipment General Provisions:
1. Certification that the force required to operate all valves is as specified herein.
1.03 WARRANTY AND GUARANTEE
A. Warranty and Guarantee shall be as specified in Section 11 00 00.
PART 2 -- PRODUCTS
2.01 GENERA� A
N
J
O
A. Manual operators shall be provided on all valves which do not receive electric actuators. A
Manual operator type shall be as specified herein and as shown on the Drawings.
B. Quarter turn valves 8" and greater in size shall have geared operators. Gate vaives 14"
and greater in size shall have geared operators.
VALVE OPERATORS 40 05 23.01 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. Operators shall be furnished with conservatively sized extension bonnets, extension
stems, or torque tubes, and all required appurten�.nces required for a complete
installation. Operators furnished with extension bonn�ts shall include stainless steel
extension stems, or stainless steel torque tubes.
2.02 MANUAL OPERATORS
A. Unless otherwise specified or shown on the Drawings, rnanual operator type shall be as
follows:
1. Buried valves shall be equipped with nut opera�ors, extended stems, and valve
boxes.
2. Exposed valves up to 6-inch shali be lever opera�:ed (except gate valves).
3. Exposed valves 8-inches and larger shall be handwheel operated.
4. Exposed gate valves shall be handwheel operated.
5. Valves with centerline of operator located more than 6-feet above the floor or
platform from which it is to be operated shall have a chainwheel operator. unless
otherwise indicated on the Drawings.
B. Manual operators shall be rigidly attached to the valve body unless otherwise specified or
shown on the Drawings.
C. All operators shall turn counter-clockwise to open and shall have the open direction
clearly and permanently marked.
D. Valve operators shall be designed so that the force rec�uired to operate the handwheel,
lever, or chain (including breakaway torque requirements) does not exceed 80 pounds
applied at the extremity of handwheel or chainwheel operator. Design pressures for
sizing of valve operators shall be the piping test pressur� for the piping in which the valve
is to be installed as shown in the Piping Schedule in Section 33 06 80 — Schedules.
E. Handwheels for valves operators shall not be less than 12 inches in diameter. The
maximum diameter of any handwheel shall not exceed �4".
F. Nut operators shall have standard 2-inch square AWWA operating nuts designed in
accordance with AWWA C504-94.
G. Geared manual operators shali be of the worm gear, �raveling nut or scotch yolk type
except manual operators for butterfly valves 18-inch in diameter or larger which shall be
worm gear, unless otherwise indicated in the indivi�ual valve specification. Gear
operators shall be of the worm gear or bevel gear type. Gear box designs incorporating
end of travel stops in the housing shall be equipped with AWWA input stops. Each
gearbox shall require a minimum of 10 turns for 90 dLgree rotation or full valve stem
travel and shall be equipped with a mechanicai valve position indicator.
VALVE OPERATORS 40 05 23.01 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
H. Manual operators on below grade (and vault instailed) valves shall be permanently
lubricated and watertight under an external water pressure of 10 psi.
PART 3 -- EXECUTION
3.01 I NSTALLATION
A. Ail valve operators shall be installed in accordance with the manufacturer's published
recommendations and the applicable specification sections for valves, and motor
__ controls.
B. Valve operators shall be factory coated in accordance with the manufacturer's standard
paint system.
3.02 SHOP TESTING
A. Shop testing shail be in accordance with Section 11 00 00, Equipment General
Provisions and with the following additional requirements:
1. Conduct a complete functional check of each unit. Correct any deficiencies found
in shop testing prior to shipment.
3.03 FIELD TESTS
A. Field testing shali be in accordance with Section 11 00 00, Equipment General
Provisions and with the following additional requirements:
1. Test all valves at the operating pressures at which the particular line will be used.
B. Preliminary Fieid Tests
1. General: Preliminary field tests shall be conducted prior to start-up and shall
include a functional check of the entire valve operator system and all system
components.
2. Scope: Preliminary field tests shall demonstrate that the valve operator system
performs according to specifications and that ali equipment, valves, etc., function
- properly.
3. Based on results of preliminary field tests, the Contractor shall make any
___ adjustments required to settings, etc., to achieve the required operation, as
specified or otherwise directed.
C. Final Field Tests
1. Final field tests shall be conducted in accordance with the latest revision of
AWWA C500.
2. Final fieid tests shall be conducted simultaneously with the start-up and field
VALVE OPERATORS 40 05 23.01 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
testing of the pumps.
Final field tests shall be conducted for the full range of operating modes and
conditions specified and as directed by the City's Project Representative. Each of
the valves shall be tested at minimum, maximum, and normal head/flow
conditions, and under all specified conditions of apening and closing.
S��I�Z�T�Y��i�L�P!
VALVE OPERATORS 40 05 23.01 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
SECTION 40 05 23.02
BALL VALVES
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Reference Section 33 05 00, Basic Mechanical Requirements.
B. Valves required for chemical service shall be constructed of materials suitable for the
intended service.
PART 2 -- PRODUCTS
2.01 BALL VALVES (WATER SERVICE)
A. Ball valves (water service) shall be of the full port, single seated, metal to metal seated,
tight-closing type conforming to the latest revision of AWWA C507 Specifications. The
manufacturer shall have a minimum of 5 years experience in manufacturing ball valves of
- the sizes required in accordance with AWWA C507 Specifications. All ball valves shall be
the product of one manufacturer. Ball valves shali be as manufactured by Willamette Valve,
Inc., or equal.
B. Each valve shall be performance and leak tested as specified in AWWA C507 revised as
- foilows: in addition to the testing requirements of AWWA C507, each ball vaive shall be
thoroughly cleaned and opened and closed at least three (3) times prior to testing. Certified
copies of the test results shall be submitted to the City's Project Representative for approval
prior to shipment of the valve.
C. Ball valves shall be AWWA Class 150, unless otherwise indicated in the valve schedules,
design with fianged ends, and installed as shown on the Drawings.
D. The valve body shall be constructed of epoxy coated cast iron conforming to ASTM A 48,
Class 35, with a full, unrestricted circular inlet and outlet, with nominal opening diameter
equal to the rated size of the valve. Each valve body shall be provided with flanged ends
conforming in diameter and driliing to ANSI B16.1, Class 125. All flanges shall be fiat faced
and finished to true plan surfaces within a tolerance limit of 0.005 inch. Each flange face
shall be perpendicular to the longitudinal axis of the valve within a maximum angular
variation tolerance of 0.002 inch per foot of flange diameter. Flange faces shall have
concentric or spiral serrated finish. The body trunnions shall be fitted with ample sized
bronze bearings of sufficient difference in hardness from the plug bearings to eliminate
seizing and galling. Bearing pressure shall not exceed 1500 psi at full differential pressure �
of 150 psi. Valve designs employing teflon coated or other non-metallic material will not be �
acceptable. Bearings shaii be machined in accurate alignment for reception of the plug
trunnions.
BALL VALVES 40 05 23.02-1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
E. The body shall provide rigid means for supporting the va`°.ve operating mechanism without
the necessity of additional supports and shail be of such design that it shall be capable of
receiving the complete plug sub assembly. The valve body shall have integral hubs for
housing shaft bearings and seals.
F. The body shall have a rigidly attached metal seat. The body seat shall be Monel (Alloy 400)
and shall be machined, ground and polished for contact with the stainiess steel seat
mounted on the plug.
G. There shall be two (2) pipe connections, one for an air vent and the other for drain.
H. The plug shail be constructed of epoxy coated cast iron conforming to ASTM A48, Class 35,
with a full unobstructed, circular waterway with a diameier equal to the rated size of the
valve. It shall have trunnion supports cast integral on the axis of rotation. An extension of
one trunnion, called the operating shaft, shali pass through a shaft seal chamber and
connect to the valve operation mechanism.
The plug shall have a stainless steel seat conforming to ASTM A276, Type 316, mounted
thereon which shall properiy align with the body seat when the valve is in the closed position.
The surfaces of the seat ring shall be spherically generated and shall be machined, ground
and polished for contact with the body seat.
The plug trunnions shall be fitted with bronze bearings of sufficient difference in hardness
from the body bushings to eliminate seizing and galling.
K. Bearing pressure shall not exceed 1500 psi at full differential pressure of 150 psi. Valve
designs employing Teflon coated or other non-metal:ic bearing material will not be
acceptable.
Valve shafts shall be integral with the plug and shall connect the plug to the torque unit. The
shaft shall be of chrome Molybdenum Steel (ASTM A 322 Grade 4140) with hard chrome
plate through the seal chamber suitably sized to transmit t�e torques required to operate the
valves under the conditions listed in the valve schedule with appropriate safety factor.
Shafts shall be securely attached to valve plug by means of conservatively sized
corrosion-resistant taper pins, threaded at one end and secured with lockwashers and nuts
(i.e.: mechanically attached). Provide O-ring seal on taper pin if required to prevent
leakage. Shaft key shall be constructed of corrosion-resistant material.
M. Shaft bearings shall be contained in the integral hubs o` the valve body and shall be the
permanently self-lubricated, corrosion resistant, sleeve type of heavy-duty bronze. The
vaive assembly shall be furnished with a factory set thrust bearing designed to center the
valve plug in the valve seat at all times. End cover bolts shall be of stainless steel
construction.
N. A shaft seal shall be provided of the type utilizing a plug shaft stuffing box, four (4) "O" ring
seals, a bronze retainer and a corrosion resistant steel lock ring. The "O" ring material shall
be BUNA-N rubber, as intended for use with potable water orwastewater.
O. Manual operators for bali valves 18-inches in diameter o� larger shall be the worm gear or
travelling nut type conforming to AWWA C507. Manual operators for ball valves mounted
BALL VALVES 40 05 23.02-2 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
above 6 feet from the operating floor shall be equipped with worm gear chainwheei
actuators. Operators shall be equipped with adjustable AWWA limit stops and shall require
a minimum of 15 turns for 90 degrees or full stem valve travel. The capacity of the manual
operator shali be adequate to drive the valve under the differentiai pressure of 150 psi and
- maximum anticipated flow, unless otherwise indicated in the appropriate valve schedule.
Electric motor operators shall be as specified eisewhere in this Section.
P. The torque unit (valve operating mechanism) shail be of the traveling-nut type and shall be
the product of the valve manufacturer. The assembly shall be mounted, and attached to the
valve body. The torque unit shall be designed to accept a manual, cylinder or electric motor
actuator. The torque unit housing shall empioy the following:
A traveling crosshead to impart positive rotary movement to the plug which will move
transversely to the valve shaft.
2. A cylinder piston rod or stainless steel Type 416 threaded leadscrew (reach rod or
stem) with the crosshead directly attached thereto.
3. A rotator lever (of cast steel construction).
4. A matched set of interconnecting links (of cast steel construction) connecting the
traveling crosshead to the rotator lever.
Q. The traveling crosshead shall be confined to permit linear motion only and to prevent it from
any tendency to rotate due to linkage reaction. A plug shaft support bearing shail be
suppiied on the cover.
R. The torque unit shall be so designed that during the first 50 percent of stroke in closing the
flow area is reduced by approximately 81 percent. The remaining 19 percent of fiow area
shall be graduaily reduced to a complete shutoffthroughoutthe last 50 percent of the closing
stroke.
S. The torque unit shall be totally enclosed in a suitable housing with a removable cover and
shall be capabie of being inspected, lubricated, adjusted and repaired without interfering with
or removing the valve from the line and shall be permanently lubricated. All parts shall be of
first class workmanship, easily replaceable and manufactured of the best materials suited for
the purpose. All parts subject to rubbing shall be of significantly different hardness to
prevent galling and shall be sized to result in a maximum bearing stress at full load of
2,000 psi. The main shaft shall be replaceable without removing the torque unit housing and
while the valve is in the line under pressure.
T. The manufacturer shall certify that the ball valves are capable of operating in continuous
duty service under these pressures and flow conditions.
U. Each valve shall by hydrostatically tested and tested for bubble tightness after the operator
has been mounted and adjusted. Copies of the hydrostatic and leakage test certification
and certification of conformance shall be submitted to the City's Project Representative prior
to shipment.
BALL VALVES 40 05 23.02-3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
V. All internal and external ferrous components and surfaces of the valves, with the exception
of stainless steel and finished or bearing surfaces, shali be shop painted with two coats
(10 mils min. dry film thickness) of the manufacturer`s premium epoxy for corrosion
resistance. Damaged surfaces shall be repaired in accordance with the manufacturer's
recommendations.
2.02 BA�� VALVES (PVC/CPVC)
A. Ball valves (PVC/CPVC) shaii be of self-lubricating normal impact Class 12454-B PVC or
Class 23447-B CPVC construction with renewable Teflon seat, EPDM "O" rings and
removable handle. Valves intended for chemical service shail be constructed of materials
suitable for the intended service. Valves shall be manufactured by Chemtrol Products
Division of NIBCO, Inc., or equal, and shall have 125 psi minimum non-stock cold water
pressure rating and integral unions with screwed ends o�flanged ends as required.
2.03 BALL VALVES (SERVICE AIR)
A. Ball valves (service air) shall be manufactured by Apollo Ball Valve Division of Conbraco
Industries, inc., Pageland, SC., or equal. The body materials shall be cast bronze rated at
600 psi WOG, 150 psi saturated steam. Valves shall be tested bythe manufacturerto MSS
SP-72, 100 psi air under water, in the opened and closed �osition. The valve shall provide a
port diameter equal to or exceeding the mating pipe size. Valves 2-1/2 inches in diameter
and smaller shall have lever operators, unless otherwise specified herein or noted on the
Drawings. Levers shall be cadmium plated steel covered with a vinyl grip and attached with
a nut and have a hole for tagging purposes. The stem gland shall be adjustable and
independent of the lever to compensate for wear. Bottom loaded stems shall be designed to
be blow-out proof. The stuffing box seals and ball seats shall be composed of
glass-reinforced TFE. The ball and stem shall be 316 sta�.nless. Ball valves shall have NPT
ends.
- END OF SECTION -
BA�� VALVES 40 05 23.02-4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 40 05 23.03
CHECK VALVES
' _ :i�i�el��l�d1�
1.01 THE REQUIREMENT
A. Reference Section 33 05 00, Basic Mechanical Requirements.
B. Valves intended for chemical service shall be constructed of materials suitable for the
intended service.
-- PART 2 -- PRODUCTS
2.01 SWING CHECK VA�VES (WATER SERVICE)
A. Unless otherwise specified, check valves 3-inches and less shall be bronze, Y-pattern,
swing check valves of the regrinding type. Valves shall have a minimum 200 psi non-shock
cold water pressure rating and shali be as manufactured by Jenkins Bros. Corp., Crane
Company, or equal.
B. Check valves larger than 3-inches shall be cushioned swing check valves rated for a
minimum working pressure of 200 psi and shall be of the "Shockless Swing-Check" type as
manufactured by G.A. Industries, or equal.
C. Valve closure shall be controlled by an external weighted lever arm, the action of which is
cushioned by a hydraulic oil or pneumatic cylinder. Counterweights and cushion cylinders
shall be designed so that adjustments can be made in the field to minimize surge and to
prevent backflow and hammering noises during actual service conditions. The hydraulic oil
or pneumatic cushion system shall be completely self-contained.
D. Valve bodies, cover discs, levers, and disc arms shall be constructed of heavy cast iron or
cast steel fully conforming to the latest revision of ASTM A-126 Class B or Class WCB,
respectively. Valve ends shall be Standard American 125 pound flat-faced flanged, in
accordance with ANSI B16.1. Each valve disc shall be suspended from a noncorrosive
shaft which shall pass through a stuffing box and be connected on the outside of the valve to
the cushion and counterweight mechanism.
E. Valve seating shall be rubber-to-metal designed for drop-tight shutoff. The body seat ring
shall be made of bronze or stainless steel and the disc seat ring of 80 Durometer rubber.
Body and disc seats shall be renewable.
0
m
0
F. With the exception of the valve body and seat, all parts in contact with water shall be A
manufactured from noncorrosive materials. Internal corrosive surfaces shall be shop
painted with two coats of epoxy for corrosion resistance. Exterior surfaces shall be painted
- in accordance with the requirements of Section 09 91 00, Painting.
CHECK VALVES 40 05 23.03 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2.02 SWING CHECK VALVES (PVC/CPVC)
A. Swing check valves (PVC/CPVC) shall be constructed of solid Class 12454-B PVC or Class
23447-B CPVC with EPDM or Teflon seats and seals. Valves shall have an external lever
and weight. Check valves shall have flanged ends. Valves shall be capable of top entry to
facilitate cleaning and repair without removal from the line. Valve shall incorporate a single
disc design. Check valves shall be as manufactured by .ASAHI/AMERICA, or equal.
2.03 BALL CHECK VALVES (PVC/CPVC)
A. Ball check valves (PVC/CPVC) shall be constructed af Class 12454-B PVC or Class
23447-B CPVC with EPDM seals and seats, as manufact�red by Chemtrol Products Division
of NIBCO, Inc., or equal. Valves shall have 150 psi minimam non-shock cold water pressure
rating and integral union with screwed ends or as specifi�d otherwise.
- END OF SECTION -
CHECK VALVES 40 05 23.03 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 40 05 23.04
GATE VALVES
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Reference Section 33 05 00, Basic Mechanical Requirements.
PART 2 -- PRODUCTS
2.01 GATE VALVES
A. All gate valves between 2 inches and less than 4 inches shall be iron body, bronze trimmed,
wedge disc, and minimum 150 psi non-shock cold water pressure rating. Exposed valves
shall be of the outside screw and yoke (OS&Y), ANSI B-16.1, 125 pound flanges and shall
be as manufactured by the Crane Company, Jenkins Bros. Corp., or equal.
B. Valves less than 2 inches shali be of bronze body, rising stem, wedge disc and minimum
300 psi non-shock cold water pressure rating. Valves shall have screwed ends or as
specified otherwise.
C. Gate valves 4 inches through 16 inches shall be of the non-rising stem design, shali fully
comply with the requirements of AWWA C509 for resilient-seated gate valves and shail be
the Metroseal 250 as manufactured by U.S. Pipe and Foundry Co., or equal. Gate valves
shall be designed for a minimum working pressure of 250 psi and a test pressure of 500 psi.
D. Gate valve body and bonnet shall be cast iron conforming to ASTM A126, Class B with
resilient seat gate and O-ring seals. The gate shall be cast iron with a vulcanized rubber
coating with no metal to metal contact when in the fully closed position and a smooth
unobstructed waterwaywhen in the fully opened position. Gate valves 18 inches and larger
shall fully comply with the requirements of AWWA C500 and shall be double disc parallel
seat with bypass and inside screw spur geared operator, unless otherwise specified or
shown on the Drawings. Valves shall be American Darling Series 50, Mueller, or equal.
E. Valves shall be flanged mechanical joint as shown on the Drawings, with non-rising stems,
and with a 2-inch square standard AWWA operating nuts unless otherwise shown on the
Drawings or specified herein.
F. All internal ferrous components and surfaces of the valves, with the exception of stainless
steel and finished or bearing surfaces, shall be shop painted with two coats (10 mils min. dry
0
film thickness) of the manufacturer's premium epoxy for corrosion resistance. Damaged m
0
surfaces shall be repaired in accordance with the manufacturer's recommendations. A
- END OF SECTION -
GATE VA�VES 40 05 23.04 - 1 VCWRF GBT Addition
City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
SECTION 40 05 23.05
PLUG VALVES
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Reference Section 33 05 00, Basic Mechanical Requirements.
PART 2 -- PRODUCTS
2.01 PLUG VALVES
A. Plug valves shall be of the non-lubricated, eccentric seating plug type with synthetic
rubber-faced plugs as manufactured by DeZurik Company, and no other shail be
considered. All valves shall be provided with limit stops and rotate 90° from fully open to
fully shut. The minimum working pressure for all valves shall be 150 psi, and the test
pressure shall be at least 270 psi for valves up through 12-inch and at least 230 psi for
valves 14-inch and larger. The port area of valves shall be at least 80 percent of full pipe
area for valves less than 24-inches and 70 percent for valves 24-inches and larger, unless
otherwise specified herein or indicated in the appropriate Valve Schedule in Section 33 06
80, Schedules. The body materials shall be of epoxy coated cast iron or semi-steel, unless
specified otherwise. Seats shail have a welded overlay of 90 percent pure nickel and
machined to a finish containing no stress cracks. Plug facings shall be of Hycar, or equal
and completely suitable for use with domestic sewage.
B. The shaft seal shall be eitherthe bronze cartridge type with at least two O-Rings, monolithic
V-Type, or pull down packing type. If monolithic V-Type or pull down packings are utilized, it
shall be self-adjusting, self-compensating type. Packing shall be as manufactured by
Chevron, or equal. Plug valves with puil down packings shall be designed with an extension
bonnet so that repacking can be done without removai of the actuator.
C. All buried valves shall have mechanical joint ends (unless otherwise shown), conforming to
- ANSI A21.11. (AWWA C 111), and shall be operated with a standard AWWA 2-inch square
nut through a totally enclosed worm gear actuator. Valve boxes shall be installed with all
buried plug valves and shall be as specified herein.
D. Unless otherwise shown, ail exposed valves 4-inches in diameter and larger shall have
flanged ends conforming to ANSI B16.1-125/150 pound standard with face-to-face
dimensions of standard plug valves. Valves smaller than 4-inches in diameter shall have
screwed ends, unless otherwise noted.
E. Valves 8-inches in diameter and larger shall be handwheel or floorstand operated where
required or indicated on the Drawings through totally enclosed worm gear actuators, unless
otherwise specified or shown on the Drawings. Valves 6-inches in diameter and smaller
shall have lever operators, unless otherwise specified or noted on the Drawings. Manual
PLUG VALVES 40 05 23.05 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
operators for plug valves mounted above 6 feet from the operating floor shall be equipped
with worm gear chainwheel actuators.
F. The manufacturer shail certify that the plug valves are cGpabie of operating in continuous
duty service under these pressures and flow conditions.
G. Each valve shall by hydrostatically tested and tested for bubble tightness after the operator
has been mounted and adjusted. Copies of the hydrostatic and leakage test certification
and certification of conformance shall be submitted to the vity's Project Representative prior
to shipment.
H. All internal and external ferrous components and surfaces of the valves, with the exception
of stainless steel and finished or bearing surfaces, shal': be shop painted with two coats
(10 mils min. dry film thickness) of the manufacturer's premium epoxy for corrosion
resistance. Damaged surfaces shall be repaired in acc�rdance with the manufacturer's
recommendations.
- END OF SECTION -
PLUG VALVES 40 05 23.05 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 40 05 23.73
PVC/CPVC VALVES
" " PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Reference Section 33 05 00, Basic Mechanical Requirements.
PART 2 -- PRODUCTS
2.01 MATERIALS OF CONSTRUCTION
A. Valves provided for chemical service shall be constructed of materials suitable for the
intended service. PVC valves shall be provided in PVC piping and CPVC valves shall be
provided in CPVC piping.
B. Valve bodies shall be constructed of Ciass 12454-B PVC or Class 23447-B CPVC.
C. Acceptable elastomer materials for each chemical service shall be as follows:
Chemical Acceptable Elastomers
Drain EPDM, Viton, Teflon, Buna N, H alon, Neo rene
- Pol mer Viton, H alon
Water NPW, PW, SW EPDM, Viton, Teflon, Buna N, H alon, Neo rene
2.02 PVC/CPVC BALL VALVES
A. Ball valves shall have 125 psi minimum non-shock cold water pressure rating. Vaives shall
have integral unions with screwed ends or flanged ends as required and shall have
removable handles. Valves shall be manufactured by Chemtrol Products Division of NIBCO,
Inc., IPEX Industrial Thermoplastics, Hayward Industrial Products, or equal.
B. Ball vaives for sodium hypochlorite service shall be single-seal type valves. The ball shall be
driiled by the valve manufacturer at the factory and installed with vent hole facing upstream.
The pressure rating shall be a minimum of 125 psi at 70°F.
2.03 PVC/CPVC SWING CHECK VALVES
A. Swing check valves shall have an external lever and weight. Check valves shall have n
flanged ends. Valves shall be capabie of top entry to facilitate cleaning and repair without ;
removai from the line. Valve shall incorporate a single disc design. Check valves shall be �
as manufactured by ASAHI/AMERICA, or equal.
PVC/CPVC VALVES 40 05 23.73 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2.04 PVC/CPVC BALL CHECK VALVES
A. Bali check valves shall have 150 psi minimum non-shock cold water pressure rating and
integral union with screwed ends or as specified ctherwise. Valves shall be as
manufactured by Chemtrol Products Division of NIBCO, Inc., Hayward Industrial Products, or
equal.
2.05 PVC/CPVC DIAPHRAGM VALVES
A. Diaphragm valves shali have fianged ends and shall have a position indicator and adjustable
travel stop. Diaphragm valves shall be similar to Type G, as manufactured by
ASAHI/AMERICA, Hayward Industrial Products, or equa�.
2.06 PVC/CPVC BUTTERFLY VALVES
A. Butterfly valves shall be wafer style and shall have poly��ropylene discs. Butterfly valves
shall provide bubble-tight seating, with 316 stainless stee( shaft and gearoperator, and shall
be as manufactured by ASAHI/AMERICA, Hayward Industrial Products, or equai.
- END OF SECTION -
PVC/CPVC VALVES 40 05 23.73 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
SECTION 40 05 23.93
MISCELLANEOUS VALVES
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. Reference Section 33 05 00, Basic Mechanical Requirements.
B. Vaives intended for chemicai service shali be constructed of materiais suitable for the
intended service.
- ' :�� - - �I7�1�+�
2.01 G�OBE VALVES (SERVICE/COMPRESSED AIR)
Add 1 A. Globe valves (service/compressed air) shall be bronze body and bonnet with brass stem and
316 stainless steel regrindable disc plug. Valves shall be Jenkins Valve Fig. 14'/2 - P,
Crane Co., or equal with minimum 300 psi non-shock cold water pressure rating and
screwed ends.
2.02 SO�ENOID VALVES
A. Three-way two-position solenoid valves shall be of the two coil type. Both coils shall be
normally closed and each shall open independently when energized. The valve shall be of
forged brass-body and bonnet with a Buna "N" diaphragm and screwed ends. The
solenoid's internal parts shall be of 316 stainless steel or better. The valve shall have a safe
bodyworking pressure of 125 psi and shall be as manufactured byASCO Valves, Automatic
Switch Co., or equal, for 120V, 60 Hz, single phase operation. Solenoid enclosure shall be
NEMA 4 watertight.
B. Two-way solenoid valves shall be normaliy closed and shall open when the solenoid is
energized, uniess otherwise noted. The valve shall be of forged brass-body and bonnet with
a BUNA "N" diaphragm and screwed ends. The solenoid's internal parts shall be of 316
stainless steel or better. The valve shall have a safe body working pressure of 125 psi, and
shall be as manufactured by ASCO Valves, Automatic Switch Co., or equal, for 120 volt, 60
Hz, single phase operation. Solenoid enclosure shall be NEMA 4 watertight.
C. Four-way two-position solenoid valves shall be of the single coil type and shall be normally
closed and shall open when the solenoid is energized (i.e. fail closed). The remainder of the
four-way two-position solenoid valves shall be of the two coil type. Both coils shall be
0
normally closed and each shall open independently when energized. The valve shall be of a
0
forged brass-body and bonnet with a Buna "N" diaphragm and screwed ends. The A
solenoid's internal parts shall be of 316 stainless steel or better. The valve shall have a safe
bodyworking pressure of 125 psi and shall be as manufactured byASCO Valves, Automatic
MISCELLANEOUS VALVES 40 05 23.93 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Switch Co. or equal, for 120V, 60 Hz, single phase opera�ion. Solenoid enclosure shall be
NEMA 4 watertight. The solenoid valve shall be provided with a manual override.
2.03 PRESSURE RELIEF, REDUCING AND REGULATING `JALVES
A. Pressure relief valves 1 inch and under shall have bronze bodies and above 1 inch shall
have cast iron bodies, bronze fitted with grey iron diaphragm base and straight chamber and
phosphorus bronze diaphragm. The ratio of the diaphragm area to the seat area shall be
adequate to overcome sticking. The seat disc shall bv of non-corrodible, non-sticking
material capable of withstanding extreme temperatures. Valves shall permit dismantling for
repairs and cleaning without being removed from the lir�e. Valves shall conform to the
ASME Boiler Construction Code as approved by both the Underwriters Lab., and the
National Board of Boiler Pressure Vessel Inspectors. Ftll valves shall be designed for a
minimum working pressure at least equal to the working pressure of the corresponding
pipeline and shall have adjustment over a range of at le�,st 20 percent above or below the
required setting pressure of the installation.
B. Pressure relief valves for sewage (including thickened so:ids) shall be direct-acting, spring-
loaded and single-seated. The valve shall be normally �losed, designed to open quickly
when the inlet pressure reaches the pre-set maximum pressure. The valve shall close
slowly by means of an integral hydraulic system and clo�ing speed control valve when the
pressure subsides below the maximum. The net flow area through the valve shall be no less
than the area of its nominal pipe size. The valve body shall be ASTM 126 Class B cast iron
elbow or wye as shown on the plans with integral flanges faced and drilled per ANSI B16.1
Class 125, 316 stainless steel body seat and renewable, resilient disc seat. Dual seals shall
seal the valve stem where it passes through the body, separated by lantern ring with external
leak detection port. There shall be a single compression spring, enclosed in a steel cylinder,
field adjustable and initially set at 90 PSI. The valve sh�ll be GA Industries Figure 624-D,
APCO Series 3000 or equal.
C. Pressure relief valves (non-potable water service) shall be diaphragm activated, single seat,
pilot operated and shall maintain a constant upstrea��n pressure by relieving excess
pressure. The valve shall be normally closed and shall o�en to maintain the required back
pressure when the valve inlet pressure reaches the pilot control set point. The initial pilot
controi setting shall be 78 psi. The stem shall be 316 st�inless steel or better and shall be
guided through the center for 100% of the stem travel. T�e main valve throttling plug shall
be provided with V-port sections to insure precise control at low flow rates. All internal metal
parts shall be bronze or 316 stainless steel. The control pilot shall be direct acting, spring
loaded, and adjustable with bronze body and 316 stainless steel trim. The diaphragm and
seat disc shall be BUNA-N. The valve shall be of the argle or globe pattern as shown on
the Drawings and shall be fully repairable in the line. The pressure relief valve shall be the
Model 428CP as manufactured by Bailey, Fresno, Califo� nia, or equal.
D. Pressure reducing and regulating valves (potable water service, service water and dilution
water) 1/2-inch and under shall be bronze and above 1/2-inch shall have cast iron bodies
bronze fitted. Valves shall be constructed with full openir.gs and capable of supplying a full
flow of water at reduced pressure. Valves shail be so constructed that repairs can be made
without removing the valves from the line. The valves shal` be equipped with a sedimentation
chamber and 316 stainless steel or bronze strainer. Pressure reducing and regulating
valves shall be the back pressure sustaining type and shall operate over a range at
MISCELLANEOUS VALVES 40 05 23.93 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
__ differential pressures from 25 to 135 psi. Reducing and regulating valves shall meet or
exceed the requirements of ASSE 1003 (ANSI A112.26.2) and shall be manufactured by
WATTS Series 25 AUB, Fisher Controls, GA, or equal.
2.04 SEWAGE AIR AND VACUUM/PRESSURE AIR RELEASE VA�VES
A. Sewage air and vacuum/pressure air release valve assemblies shall be installed at all the
locations specified herein or indicated on the Drawings and shall be installed complete with
all appurtenant piping and valves as required for a complete and operable installation. The
valves shall be constructed of cast iron with 316 stainless steel float, and all working parts
shail be bronze, brass, 316 stainless steel, or other corrosion resistant material. The valves
shall be designed for a minimum working pressure of 150 psi and a test pressure of 300 psi.
The valves shall include isolation valve and backflushing attachments which shall consist of
blow-off vaives, quick disconnect couplings, and a minimum of 5 feet of rubber hose suitable
for backflushing without dismantling the valve. All air and vacuum valves shall be provided
with "soft seating" material to provide drip tight closure at 1 to 65 psig. The exhaust from the
valve shall be piped to a suitable disposal point. All vaives 1-inch diameter and larger shall
have a 1/4-inch min. diameter drain plug.
B. The pressure air release valves shall have a 2-inch (minimum) threaded connection. The
pressure air release valves shall have a discharge capacity of 40 scfm, minimum, at a
differential pressure range from 3 psi to 65 psi, and an orifice of 1/4-inch diameter, minimum.
C. All internal and external ferrous components and surfaces of the valves, with the exception
of stainless steel and finished or bearing surfaces, shall be shop painted with two coats (10
mils min. dry film thickness) of the manufacturer's premium epoxy for corrosion resistance.
Damaged surfaces shall be repaired in accordance with the manufacturer's
recommendations.
D. The air and vacuum valves and pressure air release valves shail be similar to the following
types and models as manufactured by the Crispin Valve Division of Multiplex Manufacturing
Co. or equal.
E.
Discg. Cap Intake Cap ARV/PRV
Location Size @ 2 psi @ 5 psi Model # Connection
GBT Feed
Pump No. 4 2° 9.8 scfm N/A SL20B Threaded
2.05 NEEDLE VALVES
A. Needle valves shall be bronze body and spindle with follower gland and shall be 400 psi,
non-shock cold water needle valves, Figure 743-G as manufactured byJenkins Bros., Corp.,
Crane Co. No. 88, or equal.
- B. Needle valves (service air) shail be bronze body, with 316 stainless steel stem or better.
Valves shail be Jenkins Valve Fig. 741 G, Crane Co. or equal and shall have minimum 400
psi non-shock cold water pressure rating and screwed ends.
- END OF SECTION -
MISCELLANEOUS VALVES 40 05 23.93 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
[+�x.�[�I�C��%i�I�Z�7
INSTRUMENTATION - TESTING AND COMMISSIONING
PART 1 -- GENERAL
1.01 SCOPE OF WORK
A. Provide all testing and commissioning equipment, materials, incidentals and labor,
necessary to perForm and coordinate the system check-out and startup, commissioning, field
testing and overall training for the Instrumentation and Controls System.
B. The Contractor's Process Control Systems Integrator (PCSI) shall supervise and/or perform
the requirements of this Section. As part of these services, the PCSI shall include, forthose
equipment items not manufactured by him, the services of an authorized manufacturer's
representative to check the equipment instailation and place that portion of the equipment in
operation. The manufacturer's representative shail be thoroughly knowledgeable about the
installation, operation, and maintenance of the manufacturer's equipment.
1.02 SYSTEM CHECKOUT AND START-UP
A. The Contractor, PCSI, and Instrument Suppliers, as applicable, shall perform the following:
1. Check and confirm the proper installation of all instrumentation and control
components and all cable and wiring connections between the various system
components prior to placing the various processes and equipment into operation.
2. Conduct a complete system checkout and adjustment, including calibration of all
existing instruments, tuning of control loops, checking operation functions, and
testing of final control actions. All problems encountered shall be promptly corrected
to prevent any delays in startup of the various unit processes.
B. Contractor shall provide all test equipment necessary to perform the test during System
checkout and startup.
- C. Contractor and/or system supplier shall be responsibie for initial operation of the
instrumentation and control system and shall make any required changes, adjustment or
replacements for operation, monitoring, and control of the various processes and equipment
necessary to perform the functions intended.
D. Contractor shall furnish to the City's Project Representative certified calibration/recalibration
(for existing Instruments) reports forfield instruments and devices specified herein as soon
as calibration is completed.
1. Receipt of any calibration/recalibration certificates shall in no way imply acceptance
of any work or instrument.
2. Each calibration/recalibration certificates shall be signed and dated by an authorized
representative of Contractor. Three copies of each completed certificate shall be
submitted to City's Project Representative.
3. A typical form shall be as follows:
INSTRUMENTATION TESTING 40 80 00 - 1 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
CALIBRATION CERTIFIG:ATE
Ta Number/Loo Number:
Loo Descri tion
Instrument Location
Manufacturer
Model Number
Ad'ustable Ran e
Calibrated Ran e
Remarks
Installation Per Manufacturer's Requirements? Yes No
Installation Per Contract Documents? Yes No
If "No", ex lain
Calibration Test:
In ut Units Output Units Accurac
0%
25%
50%
75%
100%
Switch Test Switch Switch Setting
Point Point Deadband
U pscale Downscal
e
Set oint 1
Set oint 2
Set oint 3
I hereby certify that the above information is correct and accurate, tc the best of my knowledge, and that
the instrument indicated above has been supplied, installed, calibrated, and tested in accordance with
the manufacturer's recommendations and the Contract Documents, unless otherwise noted.
Receipt of this Calibration Certification shall in no way imply accept�nce of any work or instrument
su lied as a art of this Contract.
Contractor's Si nature: Date:
E. Contractor shall furnish to City's Project Representative two copies of an installation
inspection report certifying that all equipments has been irstalled correctly and are operating
INSTRUMENTATION TESTING 40 80 00 - 2 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
properly. The report shall be signed by authorized representatives of both Contractor and the
system supplier.
1.03 COMMISSIONING
A. Following the instrumentation and control system checkout and start-up, the Contractor
shall, under the supervision of the system supplier, perform a complete system test in the
presence of the City's Project Representative to verify that all equipment and software is
operating properly as a fully integrated system, and that the intended monitoring and control
functions are fully implemented and operational.
1. Commissioning shall begin only after all instruments and control panels are installed,
wired and previously tested by the Contractor, in accordance with Paragraph 1.02 of
this Section.
2. All spare parts must be on site and accepted prior to Commissioning.
3. Contractor shall submit to the City's Project Representative a schedule for
Commissioning, including a proposed start date, at least three weeks in advance.
B. Commissioning shall inciude, as a minimum, the following checks:
1. All wiring shall be checked at each termination point for correct wire size, type, color,
termination and wire number.
2. All instruments and devices shall be checked to verify compliance with the
specifications and approved shop drawings. The calibration of analog devices shall
be verified including the zero and span.
3. Analog wiring shall be checked for correct polarity and ground continuity at each
termination point in the loop.
4. All analog loops shall be verified at each termination point at 0%, 25%, 50%, 75%,
and 100% signal levels.
C. Contractor shall provide the following documentation for use during the Commissioning
effort.
1. Complete panel schematic and internal point-to-point wiring interconnect drawings.
2. Complete electrical control schematics in accordance with JIC standards.
3. Complete panel layout drawings.
4. Complete field wiring diagrams.
5. Complete instrument loop diagrams.
6. Completed Calibration/Recalibration Certificates for ail field and panel devices that
require adjustment or calibration.
7. Contractor shall provide one set of Commissioning documentation for the Owner's
personnel, one set for the Engineer's use, one set for field use, and the required
number of sets for the Contractor's use.
8. The drawings corrected and modified during Commissioning shall form the basis for
the "As-Built" record drawing requirement.
D. All PLC/RTU hardware and software shall be thoroughly tested to verify proper operation as
an integrated system. System testing shall include, as a minimum, the following:
. 1. All digital inputs shall be activated at the field element to verify proper response to
the status change on graphic displays, reports, and in automatic control algorithms.
2. All analog inputs shall be tested at the field transmitter over a fuli range to verify
proper response on graphic displays, reports, and in automatic control algorithms.
INSTRUMENTATION TESTING 40 80 00 - 3 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
3. All digital and analog outputs shall be forced to verify proper control operation.
4. Communications, including PLC/RTU data highway, computer local area network,
PLC/RTU remote I/O, and serial communications shall be tested between all
components, including existing equipment.
5. Alarm displays and printing shall be tested for all analog and digital alarm points.
6. All automatic control algorithms shall be completeiy tested over various ranges and
input conditions to verify proper operation. Grapl�ic displays shall be observed to
verify proper response to automatic control oper�:tions.
7. All historical data collection, trending, computation, totalizers and reporting functions
shali be checked and tested to confirm proper op�ration and accuracy of the data.
E. Any defects or problems found during the Commissio�ing effort or field test shall be
corrected by the Contractor and then retested to demonstrate proper operation.
F. Following testing and demonstration of all system functiors, the Instrumentation and Control
System including field sensors/transducers and instrur.nents shall be running and fully
operational for a continuous 48 hour period. The Field Test specified below shall not begin
until the continuous 48 hour proving run has been successfully completed and Owner and
City's Project Representative agree that the Field Test can begin. '
1.04 TESTS (GENERAL)
A. The PCSI shall test all equipment atthe factory priorto shipment. Unless otherwise specified
in the individual specification sections, all equipment prov3ded by the PCSI shall be tested at
the factory as a single fully integrated system.
B. As a minimum, the testing shall include the following:
1. Un-witnessed Test (UT)
2. Witnessed Test (WT)
3. Operational Readiness Tests (ORT)
4. Functional Demonstration Tests (FDT)
5. 30-Day Site Acceptance Tests (SAT)
C. Each test shall be in the cause and effect format. The person conducting the test shall
initiate an input (cause) and, upon the system's or subsy�tem's producing the correct result
(effect), the specific test requirement shall be satisfied.
D. All tests shall be conducted in accordance with prior Engineer-approved procedures, forms,
and check lists. Each specific test shall be described and followed by a section for sign off
by the appropriate party after its satus completion.
E. Copies of these sign off test procedures, forms, and che�k lists will constitute the required
test documentation.
F. Provide all special testing materials and equipment. Whe,�ever possible, perform tests using
actual process variables, equipment, and data. Where it is not practical to test with real
process variables, equipment, and data, provides suita�le means of simulation. Define
these simulation techniques in the test procedures.
INSTRUMENTATION TESTING 40 80 00 - 4 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
G. The General Contractor shall require the Integration Subcontractor to coordinate ali testing
with the City's Project Representative, all affected Subcontractors, and the Owner.
H. The City's Project Representative reserves the right to test or retest all specified functions
whether or not explicitly stated in the prior approved Test Procedures.
I. The City's Project Representative's decision shall be final regarding the acceptability and
completeness of all testing.
J. No equipment shall be shipped to the Project Site untii the City's Project Representative has
received all test results and approved the system as ready for shipment.
K. The PCSI shall furnish the services of servicemen, all special calibration and test equipment
and labor to perform the field tests.
L. Correction of Deficiencies
1. All deficiencies in workmanship and/or items not meeting specified testing
requirements shall be corrected to meet specification requirements at no additional
cost to the Owner.
2. Testing, as specified herein, shall be repeated after correction of deficiencies is
made until the specified requirements are met. This work shall be performed at no
additional cost to the Owner.
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION
3.01 OPERATIONA� READINESS TESTS (ORT)
A. Prior to startup and the Functional Demonstration Test, the entire system shall be certified
(inspected, tested, and documented) that it is READY for operation.
B. Loop/Component Inspections and Tests: The entire system shall be checked for proper
installation, calibrated, and adjusted on a loop-by-loop and component-by-component basis
to ensure that it is in conformance with related submittal's and these Specifications.
1. The Loop/Component Inspections and Tests shall be implemented using C,ity's
Project Representative-approved forms and check lists.
a. Each loop shall have a Loop Status Report to organize and track its
inspection, adjustment, and calibration. These reports shall include the
-- following information and check off items with space for sign off by the PCSI.
1) Project Name
2) Loop Number
___ 3) Tag Number for each component
4) Check offs/sign offs for each component
b. Tag/identification
c. Installation
d. Termination — wiring
e. Termination — tubing
INSTRUMENTATION TESTING 40 80 00 - 5 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
f. Calibration/adjustment — Check offs/sign offs for the loop
g. Panel interface terminations
h. i/0 interface terminations
i. I/O signal operation
j. Inputs/outputs operational: received/sent, processed, and adjusted.
k. Total loop operation — Provide space for comments
I. Each active Analog Subsystem element and each I/O module shall have a
Component Calibration Sheet. These sheets shall have the following
information, spaces for data entry, and a space for sign off by the PCSI.:
1) Project Name
2) �oop Number
3) Component Tag Number of I/O Module Number
4) Component Code Number Analog System
5) Manufacturer (for Analog system element)
6) Model Number/Serial Number (for Analog system)
7) Summary of Functional Requirements:
a) Indicators and Recorders: Scale and chart ranges
b) Transmitters/Converters: Scale and chart ranges
c) Computing Elements: Function
d) Controllers: Action (direct/reverse) control Modes (PID)
e) Switching Elements: Unit range, differential
f) (FIXED/ADJUSTAB�E), Preset (AUTO/MANUAL)
g) I/O Modules: Input or output
2. Calibrations:
a. Analog Devices: Required and actual inputs and outputs at 0, 25, 50, 75,
and 100 percent of span, rising and falling
b. Discrete Devices: Required and actual tr€� points and reset points
c. Controllers: Mode settings (PID)
d. I/O Modules: Required an actual inputs or outputs for 0, 25, 50, 75, and 100
percent of span, rising and falling.
1) Provide space for comments
2) Space for sign off by the PCSI.
3. The General Contractor shall require the PCSI to -naintain the Loop Status Reports
and Component Calibration Sheets at the job-site and make them available to the
City's Project Representative/Owner at any time.
4. These inspections and tests do not require witnessing. However, the City's Project
Representative shall review and initial all Loop Status Sheets and Component
Calibration Sheets and spot-check their entries periodically and upon completion of
the Operationai Readiness Test. Any deficiencies found shall be corrected.
3.02 FUNCTIONAL DEMONSTRATION TEST (FDT)
A. Prior to startup and the 30-Day Test, the entire installed instrument and control system shall
be certified that it is ready for operation. All preliminary testing, inspection, and calibration
shall be complete as defined in the Operational Readiness Tests. The FDT will be a joint
test by the PCSI and the Equipment suppliers.
INSTRUMENTATION TESTING 40 80 00 - 6 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
B. Once the facility has been started up and is operating, a witnessed Functional
Demonstration Test shall be performed on the complete system to demonstrate that it is
operating and in compliance with these Specifications. Each specified function shall be
demonstrated on a paragraph-by-paragraph, loop-by-loop, and site-by-site basis.
C. Loop-specific and non-loop-specific tests shall be the same as specified under Functional
Demonstration Tests except that the entire installed system shall be tested and all
functionality demonstrated.
D. Updated versions of the documentation specified to be provided for during the tests shall
be made available to the City's Project Representative at the job-site both before and during
the tests. In addition, one copy of all O&M Manuals shall be made available to the Engineer
at the job-site both before and during testing.
E. The daily schedule specified to be followed during the tests shall also be followed during the
Functional Demonstration Test.
F. The system shall operate for 100 continuous hours without failure before this test shall be
considered successful.
G. Demonstrate communication failure and recovery
3.03 30-DAY SITE ACCEPTANCE TEST (SAT)
A. After completion of the Operational Readiness and Functional Demonstration Tests, the
PCSI shall be responsible for operation of the entire system for a period of 30 consecutive
days, under conditions of full plant process operation, without a single non-field repairable
malfunction.
B. During this test, plant operating and PCSI personnel shall be present as required. For this
test, the PCSI is expected to provide personnel who have an intimate knowledge of the
system hardware and software.
C. While this test is proceeding, the Owner shall have full use of the system. Only piant
operating personnei shall be allowed to operate equipment associated with live plant
processes.
D. Any malfunction during the tests shall be analyzed and corrected bythe PCSI. The Engineer
and/or Owner will determine whether any such malfunctions are sufficiently serious to
warrant a repeat of this test.
E. During this 30 consecutive day test period, any malfunction which cannot be corrected within
24 hours of occurrence by PCSI personnel, or more than two similarfailures of any duration,
will be considered a non-field-repairable malfunction.
F. Upon completion of repairs by the PCSI, the test shall be repeated as specified herein.
G. In the event of rejection of any part or function, the PCSI shall perform repairs or
replacement within 90 days.
INSTRUMENTATION TESTING 40 80 00 - 7 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
H. The total availability of the system shall be greater than 9�.5 percent (99.5%) during this test
period. Availability shall be defined as:
Availability =(Total Testing Time-Down Time) / Total Testing Time
Down times due to power outages or otherfactors outside the normal protection devices or
back-up power supplies provided shall not contribute to t�e availability test times above.
Upon successful completion of the 30-day site acceptance test and subsequent review and
approval of complete system final documentation, the system shall be considered
substantially complete, and the one year warranty period shall commence.
3.04 TRAINING
A. Generai
2.
3.
4.
5.
6.
7.
8.
The cost of training programs for the Owner's p�rsonnel shall be included in the
Contract price. Where practical, the training and instruction shall be directly related
to the system being supplied.
Training shall be conducted at the Owners faciliti�s.
All Technicians, Operators, City's Project Representatives, and Managers of the
Facility shall require training on the Process Cor.trol System (PCS). The training
courses shall address operation, maintenance, a;�d troubleshooting of the system
provided. The courses shall be designed specifically for the type of personnel
attending, such as Operators, Engineers, etc.
All training schedules shall be coordinated with and at the convenience of the
Owner. Shift training may be required to correspond to the Owner's working
schedule.
Provide detailed training manuals to supplement the training courses. The manuals
shall include specific details of equipment supplied and operations specific to the
p roject.
The trainer shall make use of teaching aids, manuals, slide/video presentations, etc.
After the training services, all training materials shall be delivered to Owner.
The Owner reserves the right to videotape all tra':ning sessions. All training tapes
shall become the sole property of the Owner.
Refer to Section 01 75 00 for additional details regarding training.
B. Software Training
Contractorto provide an additive alternate bid iter� to have an Application Services
Provider (ASP) to perform all application program€�ning services including training on
the process control system programming perforrred by the ASP.
Process Control System Training included in additive alternate bid item.
a. Human Machine Interface (HMI)
1) Training personnel shall be intimately familiarwith the control system
equipment, its manipulation, and configuration. Training personnel
shall command knowledge of system debugging, program
modification, troubleshooting, maintenance procedure, system
operation, and programming, and shall be capable of transferring this
knowledge in an orderly fashion t� technically oriented personnel.
INSTRUMENTATION TESTING 40 80 00 - 8 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2) Training and instruction shall be specific to the system that is being
supplied.
3) Training shall consist of classroom and hands-on instruction utilizing
the Owner's system.
4) Detailed training shail be provided on the actual configuration and
implementation for this Contract. Training shall cover all aspects of
the system that will allow the Owner's personnel to maintain, modify,
troubleshoot, and develop future additions/deletions to the system.
The training shall cover the following subjects, as a minimum:
a) System overview
b) System hardware components and specific equipment
arrangements
c) System startup, shut down, load, backup, and historical
archival/retrieval procedures
d) Specific application configuration covering the overall
design and implementation of the applications provided
under this Contract. The intent is to make the student fuily
knowledgeable in all aspects of the system provided.
e)
f}
9)
h)
Periodic maintenance
Troubleshooting and diagnosis
Network configuration, communications, and operation
Windows XP operation and maintenance
i) System backups and reload procedures
j) TCP/IP addressing procedures
b. Programmable Logic Controller (PLC) Hardware and Software
1) A single 1-day session for four of the Owner's personnel shall be held
before the FDT, but not more than one month before the FDT.
2) Training and instruction shall be specific to the system that is being
supplied.
3) Training shall consist of classroom and hands-on instruction utilizing
the Owner's system.
4) Detailed training shali be provided on the actual configuration and
implementation for this Contract. Training shall cover all aspects of
the system that will allow the Owner's personnel to maintain, modify,
troubleshoot, and develop future additions/deletions to the system.
The training shali cover the following subjects, as a minimum:
a) System overview
b)
c)
d)
INSTRUMENTATION TESTING
AND SYSTEM COMMISSIONING
System hardware components and specific equipment
arrangements
System startup, shut down, load, backup, and historical
archival/retrieval procedures
Specific application configuration covering the overall
design and implementation of the applications provided
under this Contract. The intent is to make the student fully
knowledgeable in all aspects of the system provided.
40 80 00 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. Field Training
3
:�
e)
f)
9)
h)
Periodic maintenance
Troubleshooting and diagnosis
Network configuration, communications, and operation
Windows XP operation ancl maintenance
Field Instruments
a. Provide a minimum of one 8-hour hardware training and instruction on the
maintenance of the field instrument�tion for four of the Owners
instrumentation technicians. This training shall be conducted before the
Functional Demonstration Test, but no mo:-e than one month before and at a
time suitable to the Owner. This training shall take place at the Owners
facility. As a minimum the following shall be included:
1) Training in standard hardware maintenance for the instruments
provided
2) Specific training for the actual :nstrumentation configuration to
provide a detailed understandin,g of how the equipment and
components are arranged, connected, and set up for this Contract
3) Test, adjustment, and calibration procedures
4) Troubleshooting and diagnosis
5) Periodic maintenance
Panel Instruments
a. Provide a minimum of one 8-hour hardware training and instruction in the
maintenance of the panel instrumentation fiorfour of the Owners technicians.
Training should be conducted before the Functional Demonstration Test, but
not more than one month before and at � time suitable to the Owner. This
training shall be provided at the Owner� facility and at a minimum the
following shall be included:
1) Training in standard hardware maintenance for the instruments
provided
2) Specific training for the actual >?nstrumentation configuration to
provide a detailed understandir.g of how the equipment and
components are arranged, connected, and configured for this
Contract
3) Test, adjustment, and calibration procedures
4) Troubleshooting and diagnosis
5) Periodic maintenance
Panel Functions
a. Provide a minimum of two 2-hour training sessions for four shifts of Owner's
operations personnel on the detailed operation of the touch screen panel.
This training shall be conducted within t�vo days of the completion of the
Field Demonstration Test at times suitable to the Owner. This training shall
be provided at the Owner's facility and at a minimum, the following shall be
included:
1) Specific training for the actual instrumentation configuration to
provide a detailed understandirg of how the equipment and
components are arranged, connected, and set up for this Contract.
Management Seminar
a. Provide Management Seminar for the O�•�ner's personnel at the Owner's
facility. The objective of this seminar is to provide non-
INSTRUMENTATION TESTING 40 80 00 - 10 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
Hazen an.d Sawyer Project No. 60000-000
operations/maintenance personnel with an overview understanding of the
process control system. The attendees will be the Owner's management,
engineering, and othernon-operations personnel. The seminarshall include,
but not limited to, the following:
1) An overview of the process control system explaining how the
hardware and software supplied under this Contract is used for the
operation and control of the facilities.
2) A block diagram presentation of the process control system showing
how and what information flow within the System and what is done by
each functional unit.
3) An explanation of the operator interFaces including a demonstration
of how to use an Operator's CRT to access displays, reports, control,
etc.
4) A walk-through of the installed system explaining each of the items
covered in the functional unit's discussion. The features and
functions of operator controls and interfaces shall be discussed.
- END OF SECTION -
INSTRUMENTATION TESTING 40 80 00 - 11 VCWRF GBT Addition
AND SYSTEM COMMISSIONING City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 40 90 00
INSTRUMENTATION - GENERAL PROVISIONS
-•- -�
1.01 SCOPE OF WORK
A. Furnish ail labor, materials and equipment required to provide, install, test and make
operational, a Process Instrumentation and Control System as specified herein and
shown on the Drawings.
B. The work shall include furnishing, installing and testing the equipment and materials
detailed in each Section of Division 40 Instrumentation Sections.
C. Equipment furnished as a part of other Divisions, and shown on the Instrumentation
and/or Electrical Drawings shall be integrated into the overall Instrumentation System
under this Division. Instrumentation specified in other Divisions shall meet the
Specification requirements of this Division.
D. The Contractor shall provide the services of a Process Control Systems Integrator
(PCSI) who shall perform ail work necessary to select, furnish, configure, customize,
debug, install, connect, calibrate, and place into operation all instrumentation hardware
specified within this Division, except for application software programming, which is
specified for Distributed Control System (DCS), Programmable �ogic Controllers (PLCs),
and Human Machine Interface (HMI) computers. The PCSI shall coordinate with the
Owner/ Engineer, for all scheduling, installation, and startup services. The PCSI shail
have qualifications as described herein.
E. All DCS, PLC, and HMI Programming to be done by the Owner, except for vendor
provided packages including Gravity Belt Thickener and Polymer Feed Unit.
- F. Contractor to provide an additive alternate bid item to have an Application Services
Provider to perform all application programming services defined in this specification
including submittais, control software programming, graphical user interface
configuration, and startup.
G
0
The Contractor shali coordinate and schedule ali required testing with the General
Contractor, Owner, Engineer, and PCSI.
The work shall include the following:
1.
2.
Make connections, including field connections and interfacing between
instrumentation, controllers, control devices, control panels and instrumentation
furnished under other Divisions. The Contractor shall coordinate his construction
schedule and instrumentation and control interface with the supplier of
instrumentation and control equipment specified under other Divisions.
Make wiring terminations for all field-mounted instruments furnished and
mounted under other Divisions, including process instrumentation primary
INSTRUMENTATION GENERAL 40 90 00 - 1 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
elements, transmitters, locai indicators and control panels. Install vendor
furnished cables specified under other Divisions.
3. Auxiliary and accessory devices necessary for �ystem operation or performance
to interface with existing equipment or equipmvnt provided by other suppliers
under other Sections of these specifications, s;�all be included whether or not
they are shown on the Drawings. These devices include, but are not limited to,
transducers, current isolators, signal conditioners or interposing relays.
4. System design shall allow removing individual devices from service without
disrupting other devices in service.
5. Equipment shall be fabricated, assembled, installed, and piaced in proper
operating condition in full conformity with detail drawings, specifications,
engineering data, instructions, and recommendations by the equipment
manufacturer as approved by the Engineer.
6. Actual installation of the system need not be per;ormed by the Contractor's PCSI
employees; however, the PCSI shall provide the on-site technicai supervision of
the instailation.
7. The PCSI shall furnish equipment which is the product of one manufacturer to
the maximum practical extent. Where this is not practical, all equipment of a
given type shall be the product of one manufacturer.
8 All materials, equipment, labor, and services nec�ssary to achieve the monitoring
and control functions described herein shall be provided in a timely manner so
that the monitoring and control functions are �vailable when the equipment is
ready to be placed into service.
9. Provide all electrical relocation work associated with the relocation of equipment
for the existing and new facilities, including disconnecting all existing wiring and
conduits and terminating, calibrating and placing into service the relocated
equipment.
10. Coordinate the sequence of demolition with the sequence of construction to
maintain plant operation in each area. Remove and demolish equipment and
materials in such a sequence that the existing and proposed plant will function
properly with no disruption of treatment.
11. Modifications to existing instrumentation and control systems as required to new
and existing equipment to maintain the plant in o�eration.
12. All bidders shall visit the site of the project, prio- to submitting a bid, and satisfy
themselves as to any question that they might have, relating to existing
equipment, condition or construction.
13. Furnish all Fiber Optic Data communications Ca�les and specialty cable systems
for installation under Division 26. Where redundant cables are furnished, confirm
that the cables are installed in separate raceways.
1.02 RELATED WORK
A. Where references are made to the Related Work �aragraph in each Specification
Section, referring to other Sections and other Divisions of the Specifications, the
Contractor shall provide such information or work as may be required in those
references, and include such information or work as ma�i be specified.
B. All Instrumentation work related to Process and Mechas�ical Divisions equipment that is
shown on the Instrumentation Drawings shall be provided under Division 40
Instrumentation Sections.
INSTRUMENTATION GENERAL 40 90 00 - 2 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
C. All instrumentation Equipment and work provided under any Division of the
Specifications shall fuliy comply with the requirements of Division 40 Instrumentations
Sections.
D. Related Sections
1. Section 40 91 23 Flow Instrumentation Equipment
2. Section 40 96 30 Control Loop Descriptions
3. Section 40 95 23 Instrumentation Inputs Outputs List
1.03 SUBMITTALS
A. Submittal Process
1. Submit Shop Drawings, in accordance with Division 1 requirements, for
equipment, materials and all other equipment specified under each
Instrumentation Section of Division 40, except where specifically stated
otherwise. An individuaily packaged submittal shall be made for each Section,
and shall contain all of the information required by the Section. Partial submittals
will not be accepted and wili be returned un-reviewed.
B. No submittals will be accepted for Section 40 90 00, except for the qualifications of the
Contractor's PCSI as specified herein.
C. Each Section submittal shall be complete, contain all of the items listed in the
Specification Section, and shall be cieariy marked to indicate which items are applicable
on each cut sheet page. The Submittal shall list any exceptions to the Specifications
and Drawings, and the reason for such deviation. Shop drawings, not so checked and
noted, will be returned un-reviewed.
D. The Contractor shall check shop drawings for accuracy and Contract Requirements prior
to submittai to the Engineer. Errors and omissions on approved shop drawings shall not
relieve the Contractor from the responsibility of providing materials and workmanship
required by the Specifications and Drawings. Shop drawings shall be stamped with the
date checked and a Statement indicating that the shop drawings conform to
Specifications and Drawings. Only one Specification Section submittals will be allowed
per transmittai unless sections are indicated for grouping in the individuai sections.
- E. Material shail not be ordered or shipped until the shop drawings have been approved.
No material shall be ordered or shop work started if shop drawings are marked
"APPROVED AS NOTED CONFIRM", "APPROVED AS NOTED RESUBMIT" or
"NOT APPROVED".
F. Shop Drawings, O&M Manuals, and other documentation, shall be submitted as listed in
each of the individual Instrumentation Specification Sections.
1. Submit operations and maintenance data for equipment furnished under this
Division, in accordance with Division 1. The manuals shall be prepared
specifically for this instailation and shall include catalog data sheets, drawings,
equipment lists, descriptions, parts lists and operating and maintenance
instructions.
INSTRUMENTATION GENERAL 40 90 00 - 3 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2. Manuals shall include the following as a minimum:
a. A comprehensive index.
b. A complete "As-Built" set of approved shcp drawings.
c. A complete list of the equipment supplied, including serial numbers,
ranges and pertinent data.
d. A table listing of the "as left" settings for all timing relays and alarm and
trip setpoints.
e. System schematic drawings "As-Built", illustrating all components, piping
and electric connections of the systems supplied under this Division.
f. Detailed service, maintenance and operation instructions for each item
supplied.
g. Special maintenance requirements par:icular to this system shall be
clearly defined, along with special calibration and test procedures.
h. The operating instructions shall also incorporate a functional description
of the entire system, with references to the systems schematic drawings
and instructions.
i. Complete parts list with stock numbers, ircluding spare parts.
G. Record Drawings shali be promptly furnished wher. the equipment instaliation is
complete. Payment will be withheld until Record Dravvings have been furnished and
approved. The PCSI shall provide markups on all Process and Instrumentation Contract
Drawings.
H. At the time of delivery of the equipment, the Contractor shall have an approved shop
drawing in his possession for the Owner's Inspector and Owner's Engineer's
verifications.
1.04 REFERENCE CODES AND STANDARDS
A. Instrumentation equipment, materials and installation shall comply with the Nationai
Electrical Code (NEC and with the latest edition of the following codes and standards:
1. National Electrical Safety Code (NESC)
2. Occupational Safety and Health Administration (OSHA)
3. National Fire Protection Association (NFPA)
4. National Electricai Manufacturers Association (N�MA)
5. American National Standards Institute (ANSI)
6. Insulated Cable Engineers Association (ICEA)
7. The international Society of Automation (ISA)
8. Underwriters Laboratories (UL}
9. UL 508, the Standard of Safety for Industrial Cor,trol Equipment
10. U� 508A, the Standard of Safety for Industrial Control Panels
11. U� 50, the Standard of Safety for Enclosures for Electricai Equipment.
12. NFPA 79, Electrical Standard for Industrial Mach�nery
13. Factory Mutual (FM)
14. City of Fort Worth Electrical Code
15. All equipment and installations shall satisfy applicable Federal, State, and local
codes.
B. Where reference is made to one of the above standards, the revision in effect at the time
of bid opening shail appiy.
INSTRUMENTATION GENERAL 40 90 00 - 4 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. All material and equipment, for which a U� standard exists, shall bear a UL label. No
such material or equipment shall be brought onsite without the U� label affixed.
D. If the issue of priority is due to a conflict or discrepancy between the provisions of the
Contract Documents and any referenced standard, or code of any technical society,
organization or association, the provisions of the Contract Documents shall take
precedence if they are more stringent or presumptively cause a higher level of
performance. If there is any conflict or discrepancy between standard specifications, or
codes of any technical society, organization or association, or between Laws and
Regulations, the higher performance requirement shall be binding on the Contractor,
unless otherwise directed by the City's Project Representative.
E. In accordance with the intent of the Contract Documents, the Contractor accepts the fact
that compliance with the priority order specified shall not justify an increase in Contract
Price or an extension in Contract Time nor limit in any way, the Contractor's
responsibility to comply with all Laws and Regulations at all times
�
1.05
Ali control panels shall be constructed and the labeling shall be affixed in a UL 508
facility.
PROCESS CONTROL SYSTEMS INTEGRATOR (PCSI)
A. The Contractor shall provide the services of a pre-approved Process Control Systems
Integrator (PCSI) for work under this Division and other Divisions, as described in this
Division and other Divisions.
B. Qualifications
The PCSI shall be a"systems house," regularly engaged in the design and
instailation of control and instrumentation systems and their associated
subsystems as they apply to the municipal water or wastewater industry. For the
purposes of this and other applicable Divisions, a"systems house" shall be
interpreted to mean an organization that complies with all of the following criteria:
Employs a registered professional Control Systems Engineer or Electricai
Engineer in the state of Texas to supervise or perform the work required by this
Specification Section.
Employs personnel on this project who have successfully completed a
manufacturer's training course on the hardware configuration and implementation
of the specific programmable controilers, computers, and software proposed for
this project.
Has been in the water/wastewater industry perForming the type of work specified
in this specification section for a minimum of five continuous years.
The PCSI shall maintain a fully equipped office/production facility with full-time
employees capable of fabricating, configuring, installing, calibrating,
troubleshooting, and testing the system specified herein. Qualified repair
personnel shall be available and capable of reaching the facility within 24 hours.
2.
3.
4.
5.
" C. The PCSI shall be one of the following:
_ 1. Prime Controls
815 Office Park Circle
Lewisville, Texas 75057
INSTRUMENTATION GENERAL 40 90 00 -
PROVISIONS
5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Attn: Brian Poarch
Phone: 972.221.4849
2. Richardson �ogic Control
8115 Hicks Hollow
McKinney, Texas 75071
Attn: Michel Cunningham
Phone: 972.542.7375
3. WHECO Controls
8501 Jacksboro Highway
Fort Worth, TX 76135
Phone: 817.244.6660
D. The listing of specific PCSI organizations above does not imply acceptance of their
products and capabilities that do not meet the specifiec', ratings, features and functions.
PCSI's listed above are not relieved from meeting these specifications in their entirety.
1.06 APPLICATION SERVICES PROVIDER (ASP)
A. Ali DCS, PLC, and HMI Programming to be done by the Owner, except for vendor
provided packages including Gravity Belt Thickener and Polymer Feed Unit.
B. Contractor to provide an additive aiternate bid item to have an Appiication Services
Provider to perform all application programming services defined in this specification
including submittals, control software programmi�g, graphical user interFace
configuration, training, and startup.
C. All other programming, configuration, and integration, including but not limited to, loading
of software for process devices, Ethernet configuration and communications shall be by
the ASP.
D. Qualifications
1. The ASP shall perform ali work necessary to con=igure, customize, debug, install,
connect, and place into operation all HMI and PLC software specified within this
Division and other related divisions. The ASP shall coordinate with the Integration
Subcontractor all scheduling, installation, and star'�up services.
2. The ASP shall meet the following qualificaticn and/or submit the following
documentation as specified:
a. Shali secure an independent performance bond and provide documentation of
same from a bonding agency.
b. Shall present an adequate Certificate of Insurance.
c. Shall submit resumes of team members with completed training and
certifications.
d. Shall submit a team organization chart.
e. Shall have completed five projects of this size or larger in dollar value and
shall provide project names, ciient name, and reference contacts of same.
INSTRUMENTATION GENERAL 40 90 00 - 6 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen ar:d Sawyer Project No. 60000-000
f. Shall demonstrate five years of experience working on projects in water or
wastewater plant work.
g. Shall provide project names, client names, time period of work and reference
contacts
h. Staff proposed shali have the following certifications:
i. Modicon PLC and Magelis OIT hardware and Unity programming.
ii. Alien-Bradley Control Logix and Micro Logix PLCS and programming.
iii. Emerson Ovation DCS.
iv. Cisco Ethernet Switches and Routers
i. ASP shall have an electrical or control systems professional engineer,
licensed in the State of Texas, on staff or under contract.
j. ASP shall provide 24-hour Service Contract for the length of the warranty
period.
3. Only approved suppliers will be accepted for this additive alternate bid item. The
following firms have been pre-qualified by The OWNER for this project:
a. Signature Automation
4347 W. Northwest Highway, Suite 120-270
Dalias, Texas 75220
Attn: Brett Whitaker
Phone: 469.248.6840
b. CDM Smith
8140 Walnut Hill Ln
Dallas, Texas 75231
Attn: John Robinson
Phone: 214.346.2800
1.07 ENC�OSURE TYPES FOR AREA CLASSIFICATIONS
A. Unless otherwise specified herein or shown on the Drawings, enclosures and associated
installations shall have the following ratings:
1. Provide NEMA 12 enclosures for dry, indoor above grade locations. Unless
otherwise specified or shown on the Drawings, these areas shall be limited to
-- electrical rooms, administration areas, control rooms and storage rooms.
2. Provide NEMA 7/8 combination enclosures for either indoor or outdoor use in
hazardous (classified as Class 1, Division 1, Groups B, C and D), as defined in
NFPA 70.
3. Provide NEMA 4X 316 Stainless Steel enclosures for outdoor, wet locations and
process areas. In addition NEMA 4X Aluminum enclosures will be ailowed on an
individual basis, but only where specifically designated herein or specifically
- shown on the Drawings.
4. Provide non-metallic type NEMA 4X enclosures, of PVC or fiberglass reinforced
polyester, for Chlorine, Caustic and other Chemical Rooms. Fiberglass
_ enciosures shall not be used in the presence of sodium hypochiorite.
INSTRUMENTATION GENERAL 40 90 00 - 7 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
5. NEMA 1 or 1A enciosures will not be permitted, unless specifically stated on the
Drawings.
6. All enclosures shall be lockable and provided wit';� a padlock location.
7. Provide a flange mounted disconnect operating �andle with mechanical interlock
having a bypass that wiil allow the enclosure dcor to open only when the circuit
breaker or switch is in the OFF position. The cir^.,uit breaker or switch shall have
the capability of being bypassed after the door has been opened.
1.08 HAZARDOUS AREAS
A. Equipment, materials and installation in areas designated as hazardous on the Drawings
shall comply with NEC Articles 500, 501, 502 and 503.
B. Equipment and materiais installed in hazardous areas shall be UL listed for the
appropriate hazardous area ciassification.
1.09 CODES, INSPECTION AND FEES
A. Equipment, materials and installation shall comply witn the requirements of the local
authority having jurisdiction.
B. Obtain all necessary permits and pay all fees required for permits and inspections.
1.10 SIZE OF EQUIPMENT
A. Investigate each space in the structure through which equipment must pass to reach its
final location. Coordinate shipping splits with the manufacturer to permit safe handling
and passage through restricted areas in the structure.
B. The equipment shall be kept upright at ail times duri��g storage and handiing. When
equipment must be tilted for passage through restricted areas, brace the equipment to
ensure that the tilting does not impair the functional integrity of the equipment.
1.11 RECORD DRAWINGS
A. As the work progresses, legibly record all field changes on a set of Project Contract
Drawings, hereinafter called the "Record Drawing�°'. The Record Drawings and
Specifications shall be kept up to date throughout the pr�ject.
B. Record Drawings shail accurately show the installed condition of the following items:
1. One-line Diagram(s).
2. Conductor sizes.
3. Panel Schedule(s).
4. Control Wiring Diagram(s) including all wire tags.
5. Process instrumentation Diagram(s)
C. Submit a typical example of a schedule of control wiring raceways and wire numbers,
including the following information:
1. Circuit origin, destination and wire numbers.
INSTRUMENTATION GENERAL 40 90 00 - 8 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
2. Field wiring terminal strip names and numbers with field connection wire color.
D. As an alternate, submit a typical exampie of point-to-point connection diagrams showing
the same information, may be submitted in place of the schedule of control wiring
raceways and wire numbers.
E. Submit the record drawings and the schedule of control wiring raceways and wire
numbers (or the point-to-point connection diagram) to the City's Project Representative.
- - 1.12 EQUIPMENT INTERCONNECTIONS
A. Review shop drawings of equipment furnished under other related Divisions and prepare
coordinated wiring interconnection diagrams or wiring tables. Submit copies of wiring
diagrams or tables with Record Drawings.
B. Furnish and install all equipment interconnections.
1.13 MATERIALS AND EQUIPMENT
A. Materials and equipment shall be new, except where specifically identified on the
Drawings to be re-used.
B. The Contractor shall not bring onsite, material or equipment from a manufacturer, not
submitted and approved for this project. Use of any such material or equipment, will be
rejected, removed and repiaced by the Contractor, with the approved material and
equipment, at his own expense.
C. Material and equipment shall be UL listed, where such listing exists.
D. The Contractor shall be responsibie for all material, product, equipment and
workmanship being furnished by him for the duration of the project. He shall replace the
-- - equipment if it does not meet the requirements of the Contract Documents.
- 1.14 DELIVERY, STORAGE AND HAND�ING
A. Equipment shall be handled and stored in accordance with manufacturer's instructions.
Two copies of these instructions shall be included with the equipment at time of
shipment, and shall be made availabie to the Contractor and Owner.
B. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups
shail be boited to skids. Accessories shall be packaged and shipped separately.
C. Equipment shail be equipped to be handled by crane. Where cranes are not available,
- equipment shall be suitable for skidding in place on rollers using jacks to raise and lower
the groups.
D. Equipment shall be installed in its permanent, finished location shown on the Drawings
within seven calendar days of arriving onsite. If the equipment cannot be installed within
- seven calendar days, the equipment shali not be delivered to the site, but stored offsite,
at the Contractor's expense, until such time that the site is ready for permanent
installation of the equipment.
INSTRUMENTATION GENERAL 40 90 00 - 9 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
E. Where space heaters are provided in equipment, provid� temporary electrical power and
operate space heaters during jobsite storage, and after equipment is installed in
permanent location, until equipment is placed in service.
1.15 WARRANTIES
A. Manufacturer's warranties shall be as specified in each of the Specification Sections.
1.16 EQUIPMENT IDENTIFICATION
A. Identify equipment (disconnect switches, control stations, etc) furnished under Division
40 with the name of the equipment it serves. Cont��ol panels, Instruments, meters
junction or terminal boxes, etc, shall have nameplate designations as shown on the
Drawings.
B. Nameplates shall be engraved, laminated impact acrylic, black lettering on a white
background, matte finish, not less than 1/16-in thick �y 3/4-in by 2-1/2-in, Rowmark
322402. Nameplates shall be 316 SS screw mounted to all enclosures except for NEMA
4 and 4X. Nameplates for NEMA 4 and 4X enclosures shall be attached with double
faced adhesive strips, TESA TUFF TAPE 4970, .009 X'/z", no equal. Prior to installing
the nameplates, the metal surface shall be thorough y cleaned, with a 70% aicohol
solution, until the metal surface residue has bee removed. Epoxy adhesive or foam tape
is not acceptable.
PART 2-- PRODUCTS -- NOT USED
PART 3 -- EXECUTION
3.01 COORDINATION MEETINGS
A. The PCSI shall schedule and administer a minimum of three mandatory Coordination
Meetings. The PCSI shall make arrangements for meetings; prepare agenda with
copies to participants at least one week before schedulvd meetings. The meetings shall
be held at the General Contractor's field office at the Site and shall include, as a
minimum, attendance by the Owner, Engineer, General Contractor's project engineer,
Application Services Provider's (ASP) project engineer. PCSI project engineer, and the
Electrical Subcontractor.
The first coordination meeting shall be held in advance of the first PCSI
drawing submittal. The purpose of the first meeti�g shall be for the PCSI to:
a. Summarize their understanding of the project
b. Discuss any proposed substitutions or alt�rnatives
c. Schedule testing and delivery milestone dates
d. Provide a forum for the PCSI and Ow�er to coordinate hardware
software related issues
shop
and
e. Request any additional information required from the Owner and/or
Engineer.
INSTRUMENTATION GENERAL 40 90 00 - 10 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
2
3
f. The PCSI shall bring a draft version of shop drawings to the meeting to
provide the basis for the City's Project Representative's input into their
development.
The additionai coordination meeting shali be held no more then one month prior
to site testing for each location. The purpose of these coordination meetings is to
discuss any remaining coordination requirements.
A typical agenda may include, but shall not be limited to, the following:
a. Review minutes of previous meetings
b. Review of Work progress
c. Field observations, probiems, and decisions
d. Identification of problems which may impede planned progress
e. Review of submittal schedule and submittal status
f. Review of off-site fabrications and delivery schedules
g. Maintenance of progress schedule
h. Corrective measures to regain projected schedules
i. Planned activities for subsequent work period
j. Coordination of projected progress
k. Maintenance of quality and work standards
I. Effect of proposed changes on progress schedule and coordination
m. Other business relating to Work
3.02 INTERPRETATION OF DRAWINGS
A. Raceways and conductors for instrumentation, communications and other miscellaneous
low voltage power and signai systems as specified not shown on the Drawings shall be
provided as required for a complete and operating system.
B. The PCSI shall terminate all conductors of instrumentation systems to RTU and/or PLC
Termination Cabinets, where designated on the Drawings. The conduit and wire, as
shown on the electrical interface drawings, may not necessarily be shown on the floor
plan.
C. install conductors carrying low voltage signals (typicaily twisted shielded pair cables) in
raceways totally separate from ail other raceways containing power or 120 volt control
conductors, Refer to NEC article 725. DC and AC control wiring shall be installed in
separate raceways.
D. Redesign of electricai or mechanical work, which is required due to the Contractor's use
of a pre-approved alternate instrumentation or control item, or arrangement of equipment
and/or layout other than specified herein, shali be done by the Contractor at his/her own
expense. Redesign and detailed plans shall be submitted to the City's Project
Representative for approvai. No additional compensation wiii be provided for changes in
the work, either his/her own or others, caused by such redesign.
3.03 INSTRUMENTATION EQUIPMENT PADS AND SUPPORTS
A. Equipment pads and supports, of concrete or steel including structural reinforcing and
foundations, are shown on the Structural Drawings.
3.04 INSTALLATION
INSTRUMENTATION GENERAL 40 90 00 - 11 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
A. Any work not installed according to the Drawings and this Section shall be subject to
change as directed by the City's Project Representative. No extra compensation will be
allowed for making these changes.
B. All dimensions shall be field verified at the job site and coordinated with the work of all
other trades.
C. Equipment shall be protected at all times against mech�:nical injury or damage by water.
Equipment shall not be stored outdoors. Equipment shaii be stored in dry permanent
shelters as required by each Specification Section. �o not instail equipment in its
permanent location until structures are weather-tight. If any apparatus has been subject
to possible injury by water, Equipment shall be thoroughly dried out and tested as
directed by the City's Project Representative, or shall be replaced at no additional cost at
the City's Project Representative's discretion.
D. Equipment that has been damaged shall be replaceci or repaired by the equipment
manufacturer, at the City's Project Representative's discretion.
E. Repaint any damage to the factory applied paint finish �,sing touch-up paint furnished by
the equipment manufacturer. If the metallic portion of ti�e panel or section is damaged,
the entire panel or section shall be replaced, at no additional cost to the Owner.
3.05 MANUFACTURER'S SERVICE
A. Provide manufacturer's services for testing and start-up cf the equipment as listed in each
individuai Specification Section.
B. Testing and startup shall not be combined with traininc. Testing and start-up time shail
not be used for manufacturers warranty repairs.
C. Check interiocking, control and instrument wiring for each system and/or part of a
system to prove that the system will function properly as indicated by schematics, wiring
diagrams and Control Descriptions.
D. Testing shall be scheduled and coordinated with the City's Project Representative at
least two weeks in advance. Provide qualified test personnel, instruments and test
equipment.
C
��
Refer to the individual Instrumentation Equipment Secti�ns for additional specific testing
requirements.
Make adjustments to the systems and instruct the Cwner's personnel in the proper
operation of the systems.
3.06 TESTING
A. Test systems and equipment furnished under Division 40 instrumentation sections and
repair or replace all defective work. Make adjustments to the systems and instruct the
Owner's personnel in the proper operation of the systerr�s.
INSTRUMENTATION GENERAL 40 90 00 - 12 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
B. Make the tests and checks prior to energizing instrumentation equipment in accordance
with the individual Specification sections.
C. Testing shall be scheduled and coordinated with the City's Project Representative at
least two weeks in advance. Provide qualified test personnel, instruments and test
equipment, including manufacturer's services, as specified in the individual Specification
sections.
D. Where test reports show unsatisfactory results, the City's Project Representative will
require the removal of all defective or suspected materials, equipment and/or apparatus,
and their replacement with new items, all at no cost to the Owner. The Contractor shall
bear all cost for any retesting.
3.07 TRAINING
A. The Contractor shall provide manufacturer's training as specified in Section 01 77 19
and each individual section of the Specifications.
- END OF SECTION -
INSTRUMENTATION GENERAL 40 90 00 - 13 VCWRF GBT Addition
PROVISIONS City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 40 91 19
PRESSURE INSTRUMENTATION EQUIPMENT
PART 1 -- GENERA�
1.01 SCOPE OF WORK
A. Furnish, install and test all pressure measurement, pressure control devices and
appurtenances, as shown on the Drawings, specified in the Related Work Sections and
Divisions, and as specified herein.
B. Pressure equipment, specified in other Divisions, shall be manufactured in accordance
with this Section, and submitted as a part of the equipment specified in other Divisions.
1.02 RELATED WORK
A. Electrical Equipment Division.
B. Process Equipment Division.
C. Mechanical Equipment Division.
D. Section 40 90 00 instrumentation — General Provisions
- E. Section 40 96 30 Control Loop Descriptions
F. Section 40 96 15 Instrumentation Input Output Lists
1.03 SUBMITTA�S
A. Submit catalog data for all items supplied from this specification Section as applicable.
Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc.,
sufficient to confirm that the meter or relay provides every specified requirement. Any
options or exceptions shall be clearly indicated.
B. Submittals for equipment specified herein, for other Sections or Divisions, shali be made
as a part of equipment submittals furnished under other Sections or Divisions.
C. Submit catalog data for all items suppiied from this specification Section as applicable.
Submittai shall include catalog data, functions, ratings, inputs, outputs, displays, etc.,
sufficient to confirm that the meter or relay provides every specified requirement. Any
-- options or exceptions shall be clearly indicated.
D. Installation experience documentation shall be submitted for approval with the Section
Equipment Submittal
E. Operation and Maintenance Manuals.
PRESSURE INSTRUMENTATION 40 91 19 - 1 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer Project No. 60000-000
1. Operation and Maintenance manuals shall be �onstructed in accordance with
Division 1 and shall include the following informa':ion:
a. Manufacturer's contact address and te ephone number for parts and
service.
b. Instruction books and/or leaflets
c. Recommended renewal parts list
d. Record Documents for the information required by the Submittals above.
1.04 REFERENCE CODES AND STANDARDS
A. The equipment in this specification shall be designed and manufactured according to
latest revision of the following standards (unless otherwise noted):
1. ANSI B40.1 Pressure Gauges
2. ASME PTC 19.2 Pressure Measurement
3. ANSI B88.1 Pressure Transducers Calibration
4. ISA S37.6Strain Gage Transducers Potentiometi�ic
5. ISA S37.3 5 Vacuum Gauges
6. Calibration AVS 6.2, 6.4, 6.5 Hazardous Areas
7. IEC 79-10 Intrinsically Safe Circuits
8. I EC 79-3
9. 913 Electrical Instruments in Hazardous Atmospheres
10. ISA RP12.1, 4, 6, 10, 11 Weighing Scales
11. ASME PTC 19.5.1
i�
C
All meters, relays and associated equipment shall comply with the requirements of the
National Electric Code and Underwriters Laboratories (l�L) where applicable.
Each specified device shali also conform to the standards and codes listed in the
individual device paragraphs.
1.05 QUALITY ASSURANCE
A. The manufacturer of this equipment shall have pr�duced similar instrumentation
equipment for a minimum period of five years. When requested by the City's Project
Representative, an acceptable list of installations with similar equipment shall be
provided demonstrating compliance with this requirement.
Q
C
Equipment submitted shall fit within the space or location shown on the Drawings.
Equipment which does not fit within the space or location is not acceptable.
For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified.
1.06 WARRANTY
A. The Manufacturer shall warrant the equipment to be fi�ee from defects in material and
workmanship for two years from date of acceptance of the equipment containing the
items specified in this Section. Within such period of warranty the Manufacturer shall
promptly furnish all material and labor necessary tc return the equipment to new
PRESSURE INSTRUMENTATION 40 91 19 - 2 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer Project No. 60000-000
operating condition. Any warranty work requiring shipping or transporting of the
equipment shall be performed by the Contractor at no expense to the Owner.
PART 2 -- PRODUCTS
2.01 PRESSURE SWITCHES
A. Subject to compliance with the Contract Documents, the following Manufacturers are
acceptable:
1. ASCO
2. No equal
B. The listing of specific manufacturers above does not imply acceptance of their
products that do not meet the specified ratings, features and functions.
Manufacturers listed above are not relieved from meeting these specifications in
their entirety.
- C. General
1. Ratings shall be equal to or exceed the piping.
2. Provide sufficient lengths of Manufacturer's specialty cables for installation of
power and signal conductors as provided with each instrument.
D. Type:
1. Model: SD11 D
E. Function/Performance:
1. Repeatability: Greater than 1.0 percent of pressure.
2. Setpoint: Field adjustable and set between 30 and 70 percent of the adjustable
_ range.
3. Dead Band: Fixed Deadband
4. Reset: Unit shall be of the manual reset type.
5. Over Range Protection: Over range protection to maximum process line
pressure.
6. Switch Rating: 250V AC at 10 amps; and 30V DC at 5 amps.
F. Physical:
1. Housing: NEMA 4X.
2. Switching Arrangement: Single pole double throw (SPDT) unless double pole
- doubie throw (DPDT) switches are shown on the instrument device schedule.
3. Wetted Parts: Teflon coated diaphragm, viton seals, stainless steei connection
port.
4. Connection Size: '/2-in NPT.
G. Power Requirements
1. 120 VAC, 60 Hz.
PRESSURE INSTRUMENTATION 40 91 19 - 3 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer Project No. 60000-000
H. Accessories
1. Provide a local indicator with scale engraved in �ngineering feet of water units.
2.02 PRESENCE / ABSENCE DETECTOR
A. Subject to compliance with the Contract Documents, ?he following Manufacturers are
acceptabie
1. Princo
2 No equal
B. The listing of specific manufacturers above does not irrpiy acceptance of their products
that do not meet the specified ratings, features and functions. Manufacturers listed
above are not relieved from meeting these specification� in their entirety.
C. General
1.
D. Type:
1.
Provide sufficient lengths of Manufacturer's s�ecialty cables for installation of
power and signal conductors as provided with e�ch instrument.
Model: L3515
E. Function/Performance
1. Sensitivity: 1000pF to 0.15pF
2. Power Supply: 120 volts AC, 60 Hertz
3. Controiler Temperature: -40 to 150 °F.
4. Alarm Type: Alarm occurs upon absence of process material (unless otherwise
specified).
5. Startup Push-Button: overrides normal con:rol function when depressed
(start/prime pump). After push-button is released, override continues for a perios
of time equal to pre-set delay time.
6. Delay Time: Adjustabie from 0 to 30 seconds.
F. Physical:
1. Transmitter Housing: NEMA Type 4X
2. Sensing Element: Partial Ring Sensor Flange.
3. Mounting: Flange must be in the 12o'clock position on a horizontal pipe.
Controller housing must be screwed onto the sensor flange.
4. Control Relay Contacts: two sets of form C contacts, rated at 5 amperes,
115Vac, resistive load.
G. Power Requirements
1. 120 Volts AC, 60 Hertz.
PRESSURE INSTRUMENTATION 40 91 19 - 4 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen ar:d Sawyer Project No. 60000-000
H. Accessories.
1. Grounding: Device shall be grounded.
2.03 MANIFOLDS
A. Subject to compliance with the Contract Documents, the following Manufacturers are
acceptable:
1. D/A Manufacturing Model GP5TC
2. Approved Equal
B. The listing of specific manufacturers above does not imply acceptance of their products
that do not meet the specified ratings, features and functions. Manufacturers listed
above are not relieved from meeting these specifications in their entirety.
C. General
1. Provide fully machined surfaces.
D. Type
1. Type as shown on Drawings or specified.
E. Functions/Performance
1. Five or three valve, as shown or specified.
F. Physicai
1. Manifoid shall be of 316 stainless steel.
2. Flanged or Transmount as shown on the Drawings.
G. Power Requirements
1. None
H. Options/Accessories
1. Provide one set of spare gaskets.
2.04 DIAPHRAGM SEALS- CONCENTRIC FLANGE MOUNTED
A. Subject to compliance with the Contract Documents, the following Manufacturers are
acceptable:
1. Red Valve Company, Inc.
2. Ashcroft.
3. Approved equal.
PRESSURE INSTRUMENTATION 40 91 19 - 5 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer Project No. 60000-000
B. The listing of specific manufacturers above does not imply acceptance of their products
that do not meet the specified ratings, features and functions. Manufacturers listed
above are not relieved from meeting these specifications in their entirety.
C. General
Rating to be equal to or greater than the piping.
D. Type
1. Line mounted, between two flanges.
2. Flange Drilling conforms to ANSI #125 flange.
3. Carbon Steel Body.
E. Function/Performance
1. Protect instruments or gauges from the process medium.
2. Operating principle: A 360° sensing sleeve shail separate the process medium
from the instrument element. The volume on th� instrument side of the sensing
sleeve shail be completely filled with sensing liquid. The process pressure shall
be transferred to the instrument element by the sensing liquid.
3. Pressure Limit: Correspond to flange ratings.
4. inside diameter shall conform to schedule 40 pipe.
5. Bolt drilling shall conform to ANSI 125/150 pound flange and bolting dimensions.
F. Physical
1. Body material: Carbon steel.
2. Process connection: 1/4-inch NPT.
3. Sensing Sleeve: Buna-N.
4. Sensing Liquid: Silicone Oil.
G. Power Requirements
None
H. Options/Accessories
Provide one set of spare gaskets.
2.05 PRESSURE GAUGES
A. Subject to compliance with the Contract Documents, �he following Manufacturers are
acceptable
1. Ashcroft Model 1279
2. Ametek/U.S. Gauge Division
3 Approved equai
PRESSURE INSTRUMENTATION 40 91 19 - 6 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer Project No. 60000-000
B. The listing of specific manufacturers above does not imply acceptance of their products
that do not meet the specified ratings, features and functions. Manufacturers listed
above are not relieved from meeting these specifications in their entirety.
C. General
1. Ratings shall be as specified or where not specifically called out shall be equal to
or exceed the piping.
D. Type:
1. Bourdon tube actuated pressure gauge.
E. Function/Performance:
1. Accuracy: Plus or minus 1.0 percent of span or better.
F. Physical:
1. Case: Phenolic shock resistant or 316 stainless steel for surface/stem mounting
with a pressure relieving back. The case shail be vented for
temperature/atmospheric compensation. Gauge shall be capable of being liquid
filied in the field or at the factory.
2. Window: Clear acrylic or shatter proof glass.
3. Bourdon Tube: 316 stainless steel.
4. Connection: �/2-in NPT.
5. Gauge size: Minimum 4.0 inches viewable..
6 Pointer travel: Not less than 200 degrees nor more than 270 degree arc.
7. Range: As indicated in the instrument device schedule.
-- G. Power Requirements
1. None
H. Options/Accessories
1. Shutoff valve: Each gauge shall have a process shutoff valve which can also be
used as an adjustable pressure snubber.
2. Special scales: The Engineer reserves the right to require special scales and/or
calibration if the manufacturer's standard is not suitabie for the application.
--- 3. Gauges listed as liquid filled in the Instrument Device Schedule shall be liquid
filled at the Manufacturer's Factory.
PART 3 -- EXECUTION
3.01 INSTALLER'S QUALIFICATIONS
PRESSURE INSTRUMENTATION 40 91 19 - 7 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer Project No. 60000-000
A. Installer shail be specialized in installing this type of equipment with minimum 5 years
documented experience
3.02 EXAMINATION
�
:
Examine installation area to assure there is enough cle�:rance to install the equipment.
Verify that the equipment is ready to install.
C. Verify field measurements are as instructed by the manufacturer.
3.03 I NSTALLAI"I ON
A. The Contractor shall install all equipment per the man�facturer's recommendations and
Contract Drawings.
B. All process connections shall be 316 stainless stee� tubing, 3/8" minimum, unless
otherwise shown on the Drawings. Fittings shall be of the compression type, 316
stainless steel.
C. All conduit entries into the instruments shall use hubs cf watertight, threaded aluminum,
insulated throat, stainless steei grounding screw, as r�anufactured by T&B H150GRA
Series, or equal.
D. Install stainless steel instrument labels with instrument ID, secured with safety wire.
3.04 RACEWAY SEALING
A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all
entrances shall be sealed with 3M 1000NS Watertight Sealant, or approved equal.
3.05 FIELD QUALITY CONTROL
�
:
Inspect instalied equipment for anchoring, alignment, grounding and physical damage.
Check tightness of all accessible electrical connections. Minimum acceptable values
shall be specified in the manufacturer's instructions.
3.06 FIE�D ADJUSTING
A. Adjust all equipment for proper range and field conditions, as described in the
manufacturer's instructions.
B. Any field adjustments, required for proper system op�ration, shall be included in the
Final O&M.
3.07 FIELD TESTING
A. Perform all electrical field tests recommended by the manufacturer.
PRESSURE INSTRUMENTATION 40 91 19 - 8 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen ard Sawyer Project No. 60000-000
B. Test each interlock system for proper functioning.
C. Test all control logic for proper operation.
3.08 CLEANING
A. Remove all rubbish and debris from inside and around the equipment. Remove dirt,
dust, or concrete spatter from the interior and exterior of the equipment using brushes,
vacuum cleaner, or clean, lint free rags. Do not use compressed air.
3.09 EQUIPMENT PROTECTION AND RESTORATION
A. Touch-up and restore damaged surfaces to factory finish, as approved by the
manufacturer. if the damaged surface cannot be returned to factory specification, the
surface shall be replaced.
3.10 MANUFACTURER'S CERTIFICATION
A. A qualified factory-trained and certified representative shail certify in writing that the
equipment has been installed, adjusted, including ail settings as defined in the Contract
Documents.
B. The Contractor shall provide three copies of the representative's certification.
3.11 TRAINING
A. Provide the representatives, services for training of Owner's personnel in operation and
maintenance of the equipment furnished under this Section.
_ B. The training for each type of equipment shall be for a period of not less than one eight
hour day.
C. The cost of training program to be conducted with Owner's personnel shall be included
in the Contract Price. The training and instruction, insofar as practicable, shall be
directly related to the system being supplied.
D. Provide detailed O&M manuals to supplement the training course. The manuals shall
include specific details of equipment supplied and operations specific to the project.
E. The training session shall be conducted by a manufacturer's qualified representative.
Training program shail include instructions on the assembly, motor starters, protective
devices, metering, and other major components.
F. The Owner reserves the right to videotape the training sessions for the Owner's use.
PART 4-- PRESSURE INSTRUMENTATION EQUIPMENT LIST
PRESSURE INSTRUMENTATION 40 91 19 - 9 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer Project No. 60000-000
EQUIPMENT TAG DESCRIPTION RANGE INSTRUMENT DRAWING
TYPE
PSH 230-03 Thickened Sludge Pump No.3 25 — 400 Pressure Switch I-03, I-05
Dischar e Pressure Switch PSI
PSL 230-03 Thickened Sludge Pump No.3 0— 200 Presence / Absence I-03, I-05
Suction Pressure Switch PSI Detector
N/A GBT Feed Pump No.4 Suction -34 — 34 Pressure Gauge I-03, 1-04
feet water
N/A GBT Feed Pump No.4 0-120 Pressure Gauge I-03, I-04
Dischar e feet water
N/A Thickened Sludge Pump No.3 -34 — 34 Pressure Gauge I-03, I-05
Suction feet water
N/A Thickened Sludge Pump No.3 0-120 Pressure Gauge I-03, I-05
Dischar e feet water
N/A Washwater Pump No.4 Suction -34 — 34 Pressure Gauge I-03
feet water
N/A Washwater Pump No.4 0— 160 Pressure Gauge i-03
Dischar e feet water
N/A Polymer Dilution Water PRV 0— 160 Pressure Gauge I-03, P-3
Suction PSI
N/A Polymer Dilution Water PRV 0— 160 Pressure Gauge I-03, P-3
Dischar e PSI
N/A Polymer Service Water PRV 0— 160 Pressure Gauge I-03, P-3
Suction PSI
N/A Polymer Service Water PRV 0— 160 Pressure Gauge I-03, P-3
Dischar e PSI
- END OF SECTION -
PRESSURE INSTRUMENTATION
EQUIPMENT
40 91 19-10
VCWRF GBT Addition
City project No. 01847
Hazen ard Sawyer Project No. 60000-000
SECTION 40 91 23
FLOW INSTRUMENTATION EQUIPMENT
PART 1 -- GENERAL
1.01 SCOPE OF WORK
A. Furnish, install and test all fiow measurement, flow control devices and appurtenances,
as shown on the Drawings, specified in the Related Work Sections and Divisions, and
as specified herein.
B. Flow equipment, specified in other Divisions, shall be manufactured in accordance with
- this Section and submitted as a part of the equipment specified in other Divisions.
1.02 RELATED WORK
A. Electrical Equipment Division.
B. Process Equipment Division.
C. Mechanical Equipment Division.
D. Section 40 90 00 instrumentation — General Provisions
E. Section 40 96 30 Control Loop Descriptions
F. Section 40 95 23 Instrumentation - Input Output Lists
1.03 SUBMITTALS
A. Submit catalog data for all items suppiied from this specification Section as appiicabie.
Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc.,
__ sufficient to confirm that the meter or relay provides every specified requirement. Any
options or exceptions shall be clearly indicated.
B. Submittals for equipment specified herein, for other Sections or Divisions, shall be made
as a part of equipment submittals furnished under other Sections or Divisions.
C. Submit catalog data for all items supplied from this specification Section as appiicabie.
- Submittal shall include catalog data, functions, ratings, inputs, outputs, displays, etc.,
sufficient to confirm that the meter or relay provides every specified requirement. Any
- options or exceptions shall be clearly indicated.
D. Installation experience documentation shall be submitted for approval with the Section
Equipment Submittal
E. Operation and Maintenance Manuals.
1. Operation and Maintenance manuals shail be constructed in accordance with
FLOW INSTRUMENTATION 40 91 23 - 1 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer project No. 60000-000
Division 1 and shall include the following informa:ion:
a. Manufacturer's contact address and telephone number for parts and
service.
b. Instruction books and/or leaflets
c. Recommended renewal parts list
d. Record Documents for the information required by the Submittals above.
1.04 REFERENCE CODES AND STANDARDS
A. The equipment in this specification shall be designed and manufactured according to
latest revision of the following standards (unless otherwise noted):
1. ISO 2975/VII liquids and BS 5857-2.4 for gases. Transit Time Meters
2. ISO 9555-1 and ISO 9555-2. Liquid flow in open channels. Radiotracer dilution
method of calibration for open channel fiow measurements.
3. American Society of Mechanical Engineers (AS�v1E). 1971. Fluid meters: Their
theory and application.
4. International Organization of Standards (ISO 5167-1). 1991. Measurement of
fluid flow by means of pressure differential devices Venturi Tube w/ liquid
5. ASME PTC 19.2 Pressure Measurement
6. ANSI B88.1 Pressure Transducers Calibration
7. ISA S37.6 Strain Gage Transducers Potentiomeiric
8. Calibration AVS 6.2, 6.4, 6.5 Hazardous Areas
9. IEC 79-10 Intrinsically Safe Circuits
10. ANSI 913 Electrical Instruments in Hazardous At�nospheres
B. All meters, relays and associated equipment shall corr�ply with the requirements of the
National Electric Code and Underwriters Laboratories (l,L) where applicable.
C. Each specified device shall also conform to the standards and codes listed in the
individual device paragraphs.
1.05 QUALITY ASSURANCE
A. The manufacturer of this equipment shall have pr�duced similar instrumentation
equipment for a minimum period of five years. When requested by the City's Project
Representative, an acceptabie list of installations with similar equipment shall be
provided demonstrating compliance with this requirement.
B. Equipment submitted shall fit within the space or location shown on the Drawings.
Equipment which does not fit within the space or locatio�� is not acceptable.
C. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified.
1.06 WARRANTY
A. The Manufacturer shall warrant the equipment to be free from defects in material and
workmanship for two years from date of acceptance of the equipment containing the
items specified in this Section. Within such period of warranty the Manufacturer shall
promptly furnish all material and labor necessary tc return the equipment to new
FLOW INSTRUMENTATION 40 91 23 - 2 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen ar.d Sawyer project No. 60000-000
operating condition. Any warranty work requiring shipping or transporting of the
equipment shall be performed by the Contractor at no expense to the Owner.
- PART 2 -- PRODUCTS
2.01 MAGNETIC FLOW METER
A. Subject to compliance with the Contract Documents, the following Manufacturers are
acceptable:
1. ABB
_ 2. No equal
- B. The listing of specific manufacturers above does not imply acceptance of their products
that do not meet the specified ratings, features and functions. Manufacturers listed
above are not relieved from meeting these specifications in their entirety.
C. General
1. Provide sufficient lengths of Manufacturer's specialty cables for installation of
power and signal conductors as provided with each instrument.
2. Provide a hand held programmer, for each transmitter, where fuli setup is not
availabie for the instrument directly.
D. Type
1. Model No. MFE-8
E. Function/Performance:
1. Output: 4-20 mA DC. Output shall be linear for pressure applications.
2. Accuracy: 0.1 percent of span (linear output).
3. Stability: Combined temperature effects shall be less than 0.2 percent of
_ maximum span per 50 degrees F temperature change. Effect on accuracy, due
to static pressure changes, shall be negligible.
-- 4. RFI Protection: 0.1 percent error between 27 and 500 MHZ at 30 v/m field
intensity.
5. Drift: 0.10 percent per six months for 4-20 mA output.
6. Accuracy: Plus or minus 0.5 percent of rate (including converter/transmitter).
7. Temperature rating: Suitable for process liquid temperature up to 70 degrees C
and an ambient of 65 degrees C.
8 Pressure rating: 240 PSI if 150 Ib flanges are used; 700 PSI if 300 Ib flanges are
used.
9. Meter shall be capable of running empty indefinitely without damage to any
component.
F. Physical:
1. Metering Tube
FLOW INSTRUMENTATION 40 91 23 - 3 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer project No. 60000-000
a. Carbon steel with 304 Stainless interior u-�less otherwise indicated.
b. Electrical Classification: Rating shall b�� FM approved for the location
shown on the Drawings
c. Tube Flanges: Match piping AWWA rating of the pipe. Minimum AWWA
150# Flange.
d. Tube Liner: Polyurethane or EDPM unless noted otherwise.
e. Tube Electrodes: ANSI 316 stainless steel, bullet nosed or ellipticai self
cleaning type unless otherwise noted.
f. Tube Housing: Meters in below grade, �✓aults, basements, etc., shall be
designed for accidentai submergence ir. 30 feet of water for 24 hours.
Meters above grade shail be of splash proof/drip proof design unless
otherwise noted.
g. Painting: All external surfaces shall be painted with a chemical and
corrosion resistant epoxy finish.
2. Transmitter
a. Transmitter Enclosure: NEMA 4X.
b. Electrical Classification: Rating shall b� FM approved for the location
shown on the Drawings
G. Power Requirements
As shown on the Drawings.
H. Accessories
1. Factory calibration: Each meter shaii be factory calibrated, with a copy of the
Report delivered with the device and in the O&M manual.
2. Grounding: Meter shall be grounded with rings. Provide 316 Stainless Steel
ground rings, ground wires, and gaskets, etc. All materials shall be suitable for
the liquid being measured.
3. Electrode cleaning: Where listed on the instrur�ent device schedules, or shown
on the Drawings, provide a electrode cleaning system. The cleaning system
electronics shall be housed in a NEMA 4X vvall mounted panel. Provide aii
necessary cabies and connectors. The syster� shall be powered through the
special cables to the magnetic flow meter.
4. Provide a hand held programmer for each transmitter, where full setup is not
available for the instrument directly.
PART 3 -- EXECUTION
3.01 INSTALLER'S QUALIFICATIONS
A. Installer shall be specialized in installing this type of equipment with minimum 5 years
documented experience
3.02 EXAMINATION
A. Examine installation area to assure there is enough cie�;rance to install the equipment.
FLOW INSTRUMENTATION 40 91 23 - 4 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer project No. 60000-000
B. Verify that the equipment is ready to install.
C. Verify field measurements are as instructed by the manufacturer.
3.03 INSTALLATION
A. The Contractor shail install all equipment per the manufacturer's recommendations and
_ Contract Drawings.
B. All process connections shall be 316 stainless steel tubing, 3/8" minimum, unless
otherwise shown on the Drawings. Fittings shall be of the compression type, 316
stainless steel.
C. Ali conduit entries into the instruments shail use hubs of watertight, threaded aluminum,
insulated throat, stainless steel grounding screw, as manufactured by T&B H150GRA
Series, or equal.
D. Install stainless steel instrument labels with instrument ID, secured with safety wire.
3.04 RACEWAY SEALING
A. Where raceways enter terminal boxes, junction boxes, or instrumentation equipment, all
entrances shall be sealed with 3M 1000NS Watertight Sealant, or approved equal.
3.05 FIE�D QUALITY CONTROL
A. Inspect installed equipment for anchoring, alignment, grounding and physical damage.
B. Check tightness of ali accessible electrical connections. Minimum acceptable values
shall be specified in the manufacturer's instructions.
- 3.06 FIELD ADJUSTING
A. Adjust all equipment for proper range and field conditions, as described in the
manufacturer's instructions.
B. Any field adjustments, required for proper system operation, shall be included in the
Final O&M.
3.07 FIELD TESTING
A. Perform all electrical field tests recommended by the manufacturer.
- B. Test each interlock system for proper functioning.
C. Test all control logic for proper operation.
3.08 CLEANING
FLOW INSTRUMENTATION 40 91 23 - 5 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen and Sawyer project No. 60000-000
A. Remove all rubbish and debris from inside and arour:d the equipment. Remove dirt,
dust, or concrete spatter from the interior and exterior of the equipment using brushes,
vacuum cleaner, or clean, lint free rags. Do not use compressed air.
3.09 EQUIPMENT PROTECTION AND RESTORATION
A. Touch-up and restore damaged surfaces to factory finish, as approved by the
manufacturer. If the damaged surface cannot be returned to factory specification, the
surface shall be replaced.
3.10 MANUFACTURER'S CERTIFICATION
A. A qualified factory-trained and certified representative shall certify in writing that the
equipment has been installed, adjusted, including all se�tings as defined in the Contract
Documents.
B. The Contractor shall provide three copies of the representative's certification.
3.11 TRAINING
A. Provide the representatives, services for training of Ow��er's personnel in operation and
maintenance of the equipment furnished under this Section.
B. The training for each type of equipment shail be for a period of not less than one eight
hour day.
C. The cost of training program to be conducted with Owner's personnel shall be included
in the Contract Price. The training and instruction, insofar as practicable, shall be
directly related to the system being supplied.
D. Provide detailed O&M manuals to supplement the trai�ing course. The manuals shall
include specific details of equipment supplied and operations specific to the project.
E. The training session shall be conducted by a manufa�turer's qualified representative.
Training program shall include instructions on the assembly, motor starters, protective
devices, metering, and other major components.
F. The Owner reserves the right to videotape the training s�ssions for the Owner's use.
PART 4-- PRESSURE INSTRUMENTATION EQUIPMENT LIST
EQUIPMENT TAG DESCRIPTION RANGE IN�TRUMENT TYPE DRAWING
FIT 223-03 GBT No.3 Flow Meter 0-750 gpm Mag Meter I-04
- END OF SECTION -
FLOW INSTRUMENTATION 40 91 23 - 6 VCWRF GBT Addition
EQUIPMENT City project No. 01847
Hazen ard Sawyer project No. 60000-000
SECTION 40 91 24
SUSPENDED SOLIDS MONITORING SYSTEMS (PROBE-TYPE)
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The CONTRACTOR shall furnish, test, install and place in satisfactory operation the high
range turbidity monitoring systems, with all spare parts, accessories, and appurtenances as
herein specified and as shown on the Drawings.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 40 90 00 — Instrumentation and Control General
PART 2 -- PRODUCTS
2.01 TOTAL SUSPENDED SOLIDS SENSORS
A. Suspended solids sensors shall be microprocessor-based and shall provide continuous
monitoring. The sensor shall be equipped with a water flushing cleaning system to
periodically clear the sensor gap.
B. Suspended solids sensors shall use infrared absorption light technology where a single
beam of NIR light is emitted from an �ED through the suspended solid particles. Sensor
shall monitor the LED and shall control it to provide a constant intensity. The sensor shall
analyze the data and provide a color-independent measurement.
C. The sensor shall be submersible and shall consist of a 316 stainless steel probe body. The
sensor shall have an integral sensor cable with a quick disconnect plug for connection to the
transmitter and a connection for flushing water.
D. Provide the manufacturer's hanging adaptor mounting kit to provide an installation matching
the details shown on the Drawings. Sensor-to-transmitter cable and flushing water tubing
shall be provided in a length sufficient forthe installations shown on the Contract Drawings.
E. Suspended solids sensors shall meet the following minimum functional requirements:
1. Sampie Temperature: 0-40 degrees C
2. Operating Temperature: 0-40 degrees C
3. Range 0-30,000 PPM
4. Detection Limit: 0.001 1 PPM
- 5. Accuracy: < 5% of reading
SUSPENDED SO�IDS 40 91 24 -1 VCWRF GBT Addition
MONITORING SYSTEMS (PROBE-TYPE) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Repeatability: < 5°/o of reading
7. Response Time: 1 second
F. Suspended solids sensors shall be ITX20 as manufactured by Cerlic or approved equal.
For a suspended solids sensor manufacturer to be considered "equal" to the named
manufacturers, the Contractor shall submit a req�est for the unit to be considered
equal with supporting information no less than twenty-one (21) days priorto the date
that bids are due. City's Project Representative ard Owner shall reviewthe supplied
information and make a determination no less than ten (10) days prior to the date
that bids are due. The determination of the City's Project Representative and Owner
shall be final.
2.02 TRANSMITTER
A. The microprocessor-based suspended solids transmitt�r shall be compatible with the
suspended solids sensor. The transmitter shail receive a digital signal from the sensor,
condition it, display, and transmit the values for remote indication.
B. Transmitters shall meet the following minimum functiona� requirements:
2. Housing:
3. Power Supply:
4. Operating Temperature
5. Accuracy:
6. Repeatability:
7. Temperature Drift:
NEMA 4X
115 VAC, 60 Hz
-20 -+60 degrees Celsius, 0-95% relative humidity,
non-condensing
+/-10% of span
+/-0.05% of span
< 0.02% per degree Celsius
C. The transmitter shall have two relay contact outputs that can be activated based on the
suspended solids level. Relay outputs shall be programmable for various alarm and warning
conditions that occurred internally within the system or wi�h the process conditions. Relays
shall be Form-C SPDT contacts rated at 5A, 115/230 VAC. The control and alarm setpoints
for the relays shall be adjustable across the full ope:Yating range. LED lights at the
transmitter shall indicate that the relay is energized. The transmitter shall have two linear,
isolated 4-20mA assignable outputs.
D. The transmitter shall have relay contacts and shall be provided with a solenoid valve for
flushing the sensing gap.
E. The transmitter display shall be dot matrix LCD display w:th LED backiight. The transmitter
shall have diagnostic screens for messages, including scroiling lists forfailure and warning
alarm conditions, calibration records, and hardware tests.
F. Transmitters shall be BB2 as manufactured by Cerlic or similar transmitter for an approved
SUSPENDED SOLIDS 40 91 24 - 2 VCWRF GBT Addition
MONITORING SYSTEMS (PROBE-TYPE) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
equal manufacturer. See requirements of part 2.01.F.1 of this specification.
PART 3 -- EXECUTION
3.01 REQUIREMENTS
A. Refer to Section 40 90 00 of the specifications.
B. Manufacturer shall provide for 1 trip with 2 days of training at the time of start-up for the unit.
Manufacturer shall provide for 1 trip with 2 days of training 6 months after Substantial
Completion as a follow-up training. All training shall conform with Section 01 75 00.
PART 4— SUSPENDED SOLIDS MONITORING EQUIPMENT LIST
EQUIPMENT DESCRIPTION RANGE INSTRUMENT TYPE DRAWING
TAG
1251601 GBT Feed Well TSS 0— 30,000 mg/L Probe M-9
Meter
i�IiZiI3•Y��i�!
SUSPENDED SOLIDS 40 91 24 - 3 VCWRF GBT Addition
MONITORING SYSTEMS (PROBE-TYPE) City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 40 95 23
INSTRUMENTATION INPUT OUTPUT LIST
PART 1 -- GENERAL
1.01 SCOPE OF WORK
A. This section includes instrumentation input output list.
1.02 RELATED WORK
A. Refer to section 40 90 00 Instrumentation General Provisions including coordination
meetings required between various parties involved with controls programming.
B. Refer to Section 40 96 30 Control Loop Descriptions for additionai information.
1.03 SUBMITTALS
A. Refer to Section 40 90 00 Instrumentation General provisions.
1.04 SYSTEM DESCRIPTION
A. The instrumentation input output list provides the minimum physical signai
requirements of the control loops represented in the Contract Documents. Additional
Soft signals as required to fully implement the strategies as described in these
specifications shall be included.
B. The input output list are not intended to be an inclusive listing of all elements and
appurtenances required to execute loop functions, but are rather intended to
supplement and compiement the drawings and other specification sections. The input
output list shall not be considered equal to a bill of materials.
C. Provide instrumentation hardware and software as necessary to perform control
functions specified herein and as shown on drawings.
1.05 INPUT OUTPUT LISTING
A. The instrumentation input output list shall be as follows:
INSTRUMENTATION INPUT
OUTPUT LIST
40 95 23 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
N
J
�
d
7
0
�
Q
C
i
�
�, �
� �
I
.',x x x x x x x i x
;.
i
:< x
�"` a >G x 9G >C X i X
.:,�:..i. j
X X X >C X >C X >C X >C X X X X X X
..,
i
i � I
i
i
��i N N N N N N N N N N N N N N N N N N N N N N N N i N N N N N� N N N
,:.� ..<,.. � � � � � � � � � � � � � � � � � � � � � � � � � � .� � � � � �
� I
.'<.�,.�..�
, I
� i i
N � QJ CJ OJ
'G f^ ' ,fj '6 � � V �
p � O N O � � i � �4
^p � '6 � 'O 'CS � ^6 '6 � 'D �
' GJ (�^, 6J O G) � O � O ).� CJ
" `� � � � � @ � � � � a � � � � � y � � � � � �
ap �' G ti� a4 � ��� en �9 F�� ao f.° � c� �„ u' o �
� cn o � � •� `i' ° � ¢ •= �" ° � Q � `n � ° � Q y � ,_ � a. a
''v, r' C v ,- in � � t� in �- C i U in ^ c U y a� �. � o.,�
'', O � . � � � p � z, � \ \ p � � \ \ p a � \ \ � R � t4 y ^ � ¢�
:. � Ca �,.,� ca � a� � G� o= ti� a� a� Ca R: ti� a; ' a� Ca u: �—�� v� � rs �
! u. s�. �� o� a. a¢ rx o o a. s�, ¢ rx o( o a. n. ¢ r� o o� a. a a� a�I �
° c G�' y' � c� c �' =^� c c �' y' � c'� c c� c� Ca � �,
C C C C p� � ^ ^ i C C- 6� ¢� ^. ^ C C N N ^ � C C OJ ¢� � .-. ... •.. � L'. L'. cC'
'�''�, G, O�. ��� � Q O, 0.�� CG CG G. i 0.. �� � L� L� C]. 0.�� Cx C cn P. Ci. 0. I� ��i cn
W.:.i i-1 �--1 ( ti .--1 c-1 �-1 N N N � N N N M M M M M M d' d' c` d' d' d' M M M M C�"J M� M M
' O O O O O O� O O O O O O; O O O O O O O � O O� O O O O O O O O � O O O
i O O O, O O O O O O O O O O O O O O O O O O O O O� M O O I O O' O O O
r:':; N N N N N N N N N N N N N N N N N N N N N N � N N N M M' M M M M M
"'.-'�, N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N
( � i I
' I �
I
M M M M M M M
, z° z° z z,z°'z z
'��, .--1 c-I i-i e-i �--� �--� N N N N N N M M M M M M d' d' d' ' d' d' d' � �¢' ar.," p' �¢' p" ar.,"
O O O O O O O O O O O O O O O O O� O i O O O O O O � � � _ � � �
'z z z z z�z z z z z z z z z z z z z z z z z z z a, a, a a 0. 0. a
L .4� L L+ J--� Y .a.J L L L ...�.. � �—+ � I � y-+ }-+ �
'�. r+ r^ t" C C � � � r' r• � �^ I"' �. � r'� I"' � (^ r"' �"� � � � Q) 4J QJ � N
bA b.0 110 C� bA C.0 bD
• � � _ � � � � � � � � � � � � � _ � � � � � � � 'C 'G -G ^G 'G 'G 'G
_.:'O "O '6 TS 'O "a 'G TS 'II '6 '6 '6 'D '6 "O '6 ('6 'O "6 T� '6 'G 'G �'G = a � ^ ^ � r
i a� a� a� a� a� a� a� a� a� a� a� a� e� a� a� a� a� a� a� a� a� a> a� a� � v� v� in in v� in
; N N � GJ N � � N N � 6J N N CJ N N GJ GJ N N � N N � M
,.+ Gz. L'. Cs. Ci. LL Gz. Cx. LL Lz. Cx. LL LL Gz. L'. LL Lr.. Cx. Cx, G� L'. C:., k. L'. Cs. p'G "G 'C3 'G "G 'G 'G
'i z� �. • z. i� • x. i. �. ' �. s., c, c. t-. r., c. • �. c. • s.. u, � a� a� a� a� a� a� a�
a� a� a� a� a� a� a� a> a� a� a� a� a� a� a� a� a� a� a� a� a� a� a� a� �`"� � C G
° E E c c�� c� E� c E�� E� �� c c c c c c N�.°�' �' �' ���' �'
; a a a � >, >, a >, >, >, a >, ?, a � >, ?, >, a ?, >, � >, a . � � � � .� � �
! o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0:� .� '^ ' '^ .� '^
; a, a a. a, a. a. a. o. a a a a a a a a, a a a a a, a o, a:s. F- E- F E- E- F-� E--�
o�o
�.�o
�oo
�
Qoo
mz�
��a
� .a Z
� a U
�
U .� �
> U a
a`�
T
�
�
�
Z
O
�
�
Z
W
�
�
�
F-
�
z
y
J
�
Q.
�
�
.�-
�
❑.
C
U
J
a.
M
O
Z
N
m
�
,
; ,
' i �
I
� � '
I
� I � i
I i
�', � '
I
I � � �
� � ' I � (
� i � � � i i i
� � x; ' i
�� i i I i �
� �
;ix x' x I x x
, x x x i � �x x x
�
x x'x''x x� x x x x x x
..i M M M M M M'�, M M M M M M M M M M M �--� �--� N N M M
'; O O O O O O I O O O O O O O O O O O O O O O O O
:";: Z Z Z Z Z Z',.� Z Z Z Z Z.Z Z Z� Z Z Z Z Z Z .Z Z
m,,W� F"� [-" E" F"' F"' H I F" E-' (_"' H F E-' F F-' F F' E-" ["' �.., F" E"� F'+ (�
���, C1 W 07 W p W m 0� �] W W p 0] C1 C] 0.'1 0] W CO W W W 0]
;`: C7 C.7 C.7 C7 �7 C� ', C7 �7 C7 C7 C7 V C� C7 C7 C� C7 C7 �7 C7 C7 C� C7
,.,.,J I ',,. I
; I
(
I I„
_! � a� �
� u
'. i � , � � u -c -c ( -c .�
a. L � p cc � c�a � '"
� � � � � �,
a. E �°
°-'� � y � � o a�i ��� E � �
�a N- � i �� i c.� �:. o� I i o 0 0
-; 'S �� � F- � i -� ti c� � ! I v c� �
� �. �
a >, L �, ,_, � -cs c c � � c � ,.� � � � c � c c —
', a, �` ,L � m .cc , � L Q,i o � O ci�'i , cn � cn � � � ti � � u�..
cn ¢' C, a� u.. c� Q cn y; a a n, o.� a� cc. u. o. u. o. s�. c.'
3 3 �'' � • � '-' � � y� F c � �i �� a� O O � � � � � I
� A � � � � � � G3. (s, Cx. � 4x. � � � i
-; ..�7 .� 0.'1 . q � W I m � W� c/� 0. CL R. CL C1. v7 i �✓ 0.,7 CY 0.. Cl.
�
', � M M M M M M'�. M j M M M M M C}' '�j" 'c}' d' d' d" C}' d' d' �
& O O O O O O' O O O O O O O O O O O O O O O
t.7) t.f) tf� 1.n 17] Lf1 ��� tn i.n iJ) � tn lr7 N N N N� N N N N N
?�'�.. N N N N N N� N N � N N N N N N N N N ( N N N N
-.; N N N N N N'�, N N N N N N � N N N N N - N N N N
..�.�� � ,,. I I � (
(
I
! !
( i
i .. I � i M M II
i d' d' d' d' d" I d' � d' d' '7' O O
;
o c o 0 0 0� o! o 0 2 z
� j Z 2 Z Z Z Z Z Z Z p. n. I
� n. c. a a. n. a a, a. a, c � i I
E E' E � E � � � � � �' �
� M' M M� M M M'��. M M M M M M a� '
; O � O O� O O O�,. O O O O O O �" �" �" Q" �" n" �' �' �" y L i � i
i LI] I.f) Ln l�J Lf� Lf) �. lf') L!7 ln t.!) lfl I,f) '� 'O "O "O 'G '6 '6 '6 "6 � � I
` N N N N� N N I N N N N N N y � y y y y y y y �
:: N N N N N N���. N N N N N N(_, [y [y [,;,, ry [;,, [_„ [_„ [,;,,, 3�
,� CO C.�] m N GO ( CO '. W tr� C� m W m Ca G'] 0] N I Q] Cq 0. tr� tr� Rs N
�:� � � � � � � � � � � � � � � � � �� � � � � �
c � o
o v o
r-o�o
a o 0
a
Q o 0
0
I— Z �p
m
� � Z
LL'
� a U
N
U � °
> U n.
a�
3
�
�
�
c
m
c
�
N
N
_
R
M
N
�
rn
O
v
�
�
d
z
Z
O
H
Z C�
� �
� ~
� �
C� ~
Z �
O
PART 2 -- PRODUCTS (NOT USED)
PART 3 -- EXECUTION
3.01 INSTALLATION
A. All inputs and outputs listed shall be programmed in the system as specified herein and shall
be installed, field adjusted and tested as an integral part of ecuipment specified elsewhere in
these Specifications.
- END OF SECTION -
INSTRUMENTATION INPUT 40 95 23 - 5 VCWRF GBT Addition
OUTPUT �IST City Project No. 01847
Haz�n and Sawyer Project No. 60000-000
SECTION 40 96 30
INSTRUMENTATION - CONTROL LOOP DESCRIPTIONS
PART 1 -- GENERAL
1.01 SCOPE OF WORK
A. This Section includes instrumentation control loop descriptions. Application programming
shall be according to the descriptions given in this Section.
B. All DCS, P�C, and HMI Programming to be done by the Owner, except for vendor
provided packages including Gravity Belt Thickener and Polymer Feed Unit. This
specification provided as a reference to assist with startup and commissioning.
C. Contractor to provide an additive aiternate bid item to have an Application Services
Provider to perform all application programming services defined in this specification
including submittais, control software programming, graphical user interface configuration,
and startup.
1.02 RELATED WORK
A. Where references are made to the Related Work paragraph in each Specification
Section, referring to other Sections and other Divisions of the specifications, the
-- Contractor shall provide such information or work as may be required in those
references, and include such information or work as may be specified.
B. All Instrumentation and Controls work related to Process and Mechanical Divisions
equipment that is shown on the Instrumentation Drawings shall be provided under
Division 40.
C. All instrumentation and Controls work provided under any Division of the specifications
shall fully comply with the requirements of Division 40.
D. Related Sections
1. Electrical Equipment Division
2. Process Equipment Division
3. Mechanical Equipment Division
4. Section 40 80 00 Instrumentation Testing and System Commissioning
5. Section 40 90 00 Instrumentation General Provisions
6. Section 40 95 23 input/Output List
1.03 SUBMITTALS
A. Submittal Process
1. Submittals shall be made in accordance with the requirements of Division 1,
- Section 40 90 00, and as specified herein.
CONTROL LOOP DESCRIPTIONS 40 96 30 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2. Submittals require information on related programming to be furnished under this
Specification, and described in the related Sec::ions listed in the Related Work
paragraph above. Incomplete submittals not co�taining the required information
on the related equipment will be returned un-revivwed.
3. Equipment specified in Process, Mechanical, oi� Electrical Equipment Divisions,
and supplied as an integral part of a process equipment manufacturer's package
shall be submitted with the manufacturer's submittals, in accordance with the
requirements of those Divisions.
4. The programming to interface the Process, Mechanical, or Electrical Equipment
to the Owner's existing control system shall be submitted as described herein
and related specifications.
B. Submittal Content
The DCS Programmer shall create shop drawings, including all logic flow charts
and diagrams, in the DCS Programmer's Enc ineering department. All shop
drawings shall bear the DCS Programmer's loga, drawing file numbers, and shall
be maintained on file in the DCS Programmer's archive file system. Photocopies
of the Engineer's Diagrams or specifications are unacceptable as shop drawings.
C. Required Submittals
1. Copies of previously approved Related Work submittals
2. Shop Drawings
a. Shop Drawings shall include the followinc:
1) Logic flow charts or diagrams sha�l be submitted for each control
strategy. The diagrams shall indicate sufficient detail to be clearly
understood by the Owner's repre�entative and include I/O tag
names for all data as submitted w:thin the memory maps as
specified herein.
2) A Communication Memory Map shall be submitted and include
specific tag names, data type, expected range, and Modbus
register. A separate map for each network device, controller or
equipment shall be submitted.
b. Data Communications Interconnecting Diagrams
1) Provide interconnecting diagrams showing data connections
between equipment and include the Requester and the rate at
which the data will be transmitted.
3. Factory Tests
a. Submittals shall be made for factory test� as specified in Section 40 80 00
Testing. City's Project Representative ap;�roval of required factory tests is
required prior to shipment of the equipment.
4. Field Tests
a. Submittals shall be made for field tests as specified herein.
5. Operation and Maintenance Manuals
a. Operation and maintenance manuals shall include the following
information:
1) DCS Programmer's contact address and telephone number for
service.
2) Instruction books and/or leaflets
3) Recommended system maintenance procedures
CONTROL LOOP DESCRIPTIONS 40 96 30 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar;d Sawyer Project No. 60000-000
4) Record Documents for the information required by the Submittals
paragraph above.
1.04 SYSTEM DESCRIPTION
A. The control loop descriptions provide the functional requirements of the control loops
represented in the Contract Documents. Descriptions are provided as follows:
1. Control system overview and general description
2. Major equipment to be controlied
3. Major Field mounted instruments (does not include local gages)
4. Manual control functions
5. Automatic control functions/interlocks
6. Major indications provided at local controi panels and motor starters / VFDs
- 7. Remote indications and alarms
B. The control loop descriptions are not intended to be an inclusive listing of ali elements
and appurtenances required to execute loop functions, but rather, are intended to
supplement and complement the drawings and other specification sections. The controi
. loop descriptions shall not be considered equal to a bill of materials or all inclusive
listing.
C. Provide instrumentation hardware and software as necessary to perform control
functions specified herein and shown on Drawings.
1.05 PROGRAMMING RESPONSIBILITY
A.
ADD 2 •
1. GBT No. 3 Local Control Panel Located in GBT Building (new)
2. GBT No.3 Control Panel Located in GBT Electrical Room (new)
3. Polymer Feed Unit No.1 Located in GBT Building (new)
4. Polymer Feed Unit No.2 Located in GBT Building (new)
5. Polymer Feed Unit No.3 �ocated in GBT Building (new)
6. Polymer Feed Unit No.4 Located in GBT Building (new)
B. The foliowing controllers shall be programmed by the Owner.
1. Ovation DCS
2. PLC — M2
PART 2 — PRODUCTS (NOT USED)
CONTROL LOOP DESCRIPTIONS 40 96 30 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
PART 3 -- EXECUTION
3.01 CONTROL �OOPS — ALL
A. General
1. All PLC/DCS programming and HMI configuration shall be done in accordance
with the City of Fort Worth Design and Construct'on Standards.
2. All calculations, alarms, and/or shutdown point determinations based on analog
values, timer functions, numeric manipulations, etc. shall be accomplished in the
PLC/DCS and not in the operator interface software.
B. Safety, Monitoring, and Control Features
1. Alarms
a. All open/close valves and motors monitored by the PLC/DCS system
shall have a maximum time value aliowed to either open/close or
start/stop. Failure to achieve the control function within this maximum
time value will result in a discrepancy al�:rm for each piece of equipment.
An alarm will be calculated in the PL�/DCS and shown in the HMI
software for indication of the control function failure (e.g. Pump XX-
XXXXX-X FAIL TO START, Valve XX-XXXXX-X FAIL TO CLOSE, etc.).
These time delay values will be set during startup and are not operator
configurable.
b. Any analog signal that is beyond range or otherwise invalid (high or low)
an alarm shall be calculated in the PLC/�CS and shown in the HMi. The
Operator shall acknowledge, correct th� situation, and reset the loop
alarm in order for control to revert back tc normal.
1) Process Variable Bad Alarm
2) Rate of Change Alarm
c. When the PLC/DCS program VFD pump control speed does not match
the VFD pump speed feedback within tolerance after a certain time delay.
An alarm will be calculated in the PL�/DCS and shown in the HMI
software for indication of the control f�nction failure. Engineer level
security login credentials needed to adjust the tolerance and time delay at
the HMI. These values wili be initially set during startup by the
Appiication Services Provided working wi�h Plant Operations.
d. Other specific alarms are designated in the control loop descriptions.
e. All alarms shall be latched at the contro' level where they are originated
(e.g. alarms that are determined in th� PLC/DCS are latched in the
P�C/DCS). All latched alarms shall be reset from the HMI.
2. Totalize all pump run times in the PLC/DCS anci monitor on the HMI. There are
to be two run times maintained:
a. Cumulative Resettable.
b. Cumulative Non-Resettable.
3. "Interlock" is a field status point that is hardwired directly to a local control panel
or motor starter. This condition must be satisfiied in order for the associated
machine to be operated and to remain in operation. This point may be wired in
parallel to the PCS for remote monitoring, but the safety control functionality does
not require PLC/DCS intervention. An exampl� is a High Discharge Pressure
CONTROL LOOP DESCRIPTIONS 40 96 30 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
that will cause a pump to stop if it is running, and will not aliow the pump to start
if the condition is preexisting. In specific situations, an interlock may involve
peer-to-peer communications between PLC/DCSs instead of hardwiring if
specifically defined as such.
4. "Permissive" shall be either a field status point that is hardwired directiy to a local
control panel or it shall be a logical control point from the PCS. It is a
requirement to start a machine, but is not necessary for the machine to continue
operation once it is started. An example is a high sump level switch that wili start
a sump pump, but the sump pump will continue operating even after the high
sump level switch is cleared. Typically the sump pump would continue operating
until a low sump level switch is used to stop the pump. In this case, the low
sump level switch could be considered an "interlock" depending on how it is
connected.
C. Trending
1. During startup, the Application Services Provider shall confirm that trending is
operational through to the Historian Database.
2. Analog points:
a. All analog I/O points associated with the PLC/DCS shali be configured in
the HMI software for historical trending.
b. Ali pseudo (calculated) analog values, such as run times, accumulated
flows, kW, speed setpoints, etc. shail be configured in the HMI software
for historical trending.
3. Setpoints: All alarm setpoints, PID tuning parameters, and process variable
setpoints shall be configured in the HMI software for historical trending.
4. Discrete points: Contractor to submit all discrete points recommended to be
historically trended. Recommendations to be based upon the following
guidelines:
a. 100% of Motor Start/Stop commands, Valve Open/Close commands, etc.
b. Various critical discrete alarm conditions
c. Owner will choose which specific discrete points to be configure for
trending in the HMI. Contractor shali configure the specific points for
trending in the HMI.
D. Operator Entry
1. Operator entries require password-protected controlled access to the HMI. This
security system limits the level of access to various functions by individuals.
Contractor shall maintain the current HMI configuration conventions throughout
all new application programming.
2. Entries made by the Operator (such as operation modes, set points, etc.) shall be
displayed on the process screens for information.
3. Ail Operator changes shall be logged by the HMI software and shall include the
point that was adjusted, HMI station where the change was made, the Operator
that made the change, the date and time of change.
4. The software shall test all Operator entered set points. Ali such set points are to
be between minimum and maximum values. These minimum and maximum
values shall be Plant Engineer adjustable via the HMI software.
5. Engineer level security login credentials needed to adjust time delays, alarm
tolerances, and PID tuning parameters at the HMI.
- CONTROL LOOP DESCRIPTIONS 40 96 30 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
E. Control Modes
1. Computer (Remote) Manual: In this mode, all automatic functions associated
with a specific controi loop are disabied except ''or safety interiocks and alarms.
Provisions shall be provided to allow Operations staff to access the following
functions from the HMI:
a. Start/Stop Motors
b. Open/Close Valves — Ali valves that are electrically actuated are to have
the ability to be manually controlled f��om the Plant SCADA System
whether there is any automatic control or r�ot.
c. Adjust Variable Motor Speeds.
d. Adjust Modulating Valve Positions.
2. Computer (Remote) Auto: In this mode, all automatic functions associated with a
specific control loop are controlled by the PLC/GCS automatic logic. Operations
staff shall only adjust the following functions from the HMI:
a. Control Mode.
b. PID Loop Setpoints (�evel Setpoints, Timer Values, etc.).
c. Pump Lead/Lag Settings.
3. Local Manual: This mode is available only vvith those pieces of equipment
(motors, valves, etc.) that have an HOA, LOR, o� similar switch. In this mode, all
remote control (remote manual or remote auta) functions associated with that
piece of equipment are disabled, includinc any PLC/DCS-based safety
permissives. Operations staff shall set or adjus� the following functions from the
local control devices (e.g. pushbuttons, hand switches, etc.):
a. StartlStop Motors
b. Open/Close Valves
c. Adjust Variable Motor Speeds
d. Adjust Modulating Valve Positions
4. Motor control programming in the PLC/DCS sh211 incorporate bumpless transfer
such that switching the motor controller HOA (or LOR) switch from HAND (or
LOCAL) to AUTO (or REMOTE) results in a sr�ooth transition without upset to
running status or speed. When the PCS PLC�DCS is communicating peer-to-
peer with an individual motor controller PLC/DC�, incorporate bumpless transfer
but include logic to ensure that when communications are lost between the motor
controller and the PLC/DCS, the motor block reestablishes the existing
conditions of the motor controller before it is given remote control. This should
alleviate the chance of the motor block accidertly shutting down a motor when
communications are restored.
3.02 GRAVITY BELT THICKENERS
A. Gravity Beit Thickeners shall be completely controlled �y the manufacturer's system in
accordance with Section 46 71 16 and related sections.
3.03 POLYMER UNITS
A. General
The existing three polymer units are to be replaced. Four new units are being installed.
These units will provide polymer to the three gravity belt thickeners as follows:
CONTROL LOOP DESCRIPTIONS 40 96 30 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
GRAVITY BELT PRIMARY BACKUP
THICKENER POLYMER UNIT POLYMER UNIT
GBT #1 #1 #3
G BT #2 #2 #3
G BT #3 #4 #3
There is a two position selector switch on each GBT Control Panel that identifies which
polymer unit is to feed that GBT. The isolation valves that direct polymer flow are
manually adjusted. The DCS shall correlate the correct polymer unit and GBT feed flow
meter for the necessary flow pacing calculations.
There is a three position LOR switch on each Polymer Control Panel:
• In the "Off" mode, the polymer unit is non-operational.
• In the "Locai" mode, the Plant Operator shall start/stop the polymer unit and adjust
the speed of the chemical pump to run at a fixed speed. Also, the polymer unit has a
draw-down capability to adjust the polymer pump volume per revolution rate for
normal pump wear. The volume per revolution rate shall be a setpoint in the DCS
System to be used in the flow pacing calculation.
• in the "Remote" mode, the polymer unit shall start/stop and operate based on signals
from the Plant Distributed Control System (DCS).
The Polymer Control Panel shall have a control system in it that shall be configured by
the Polymer Skid Manufacturer. However, all I/O points between the Polymer Control
Panel and the Plant DCS will be hardwired. These points shall be terminated in the
Plant PLC-M2, however all control logic shall be configured in the Ovation DCS.
B. Local Manual Mode
1. General -
When the Polymer Control Panel LOR switch is in Local, the Plant DCS shall
monitor the running status of the polymer unit but not control it.
2. I/O Points
There are a number of I/O points that are wired from the Polymer Unit to PLC-
M2. These points are read by the Plant DCS at all times, regardless of in which
mode the nolvmer unit is or�eratina. The table below shows these aoints.
POINT DESCRIPTION POINT TYPE
DI DO AI AO
Polymer Unit Run Status x
Polymer Unit Alarm Status x
- CONTROL �OOP DESCRIPTIONS 40 96 30 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
POINT DESCRIPTION POGNT TYPE
DI D� AI AO
Polymer Unit Local/Auto Mode x
This table reflects the point type as it is in PLGNi2. The corresponding point in
the Polymer Unit Control Panel will be the mirror image of this type (ie a DI point
in PLC-M2 will be a DO point in the Polymer Unit Control Panel). This applies to
ali such tables following,
3. Description
When the Polymer Control Panel �OR switch is i:� Local, the Plant Operator shall
start/stop that polymer unit from the Polymer Uni: Control PaneL The Plant
Operator shall also similarly control the speed of the chemical pump. Also, the
unit shall be put through a draw-down cycle to determine pump operating
condition.
C. Remote Mode
Generai
When the Polymer Control Panel LOR switch is i� Remote, the Plant DCS snall
calculate the required pump speed for the polym�r blending unit and transmit that
pump speed to the polymer blending unit. The Plant DCS shall be configured to
have two different modes for use only when the Polymer Unit is in Remote.
The Plant Operator shall place the polymer unit i�to either Remote Manual or
Remote Auto from either the Plant DCS graphic�.l displays or from the Operator
Interface Panel (OIT) located in the GBT Local Control Panel at the GBT.
a. Remote Manual Mode
1) General
When the Polymer Control Panel LOR switch is in Remote and the
Plant DCS places the polymer unit in Vlanual, the Plant Operator shall
set a fixed chemical pump speed command to the polymer unit.
2) I/O Points
There are a number of I/O points that are wired from P�C-M2 to the
polymer unit for use in Remote Manuai. The table below shows these
points.
POINT DESCRIPTION PO�NT TYPE
DI DO AI AO
Polymer Unit Run Command x
Polymer Unit Pump Speed x
Command
CONTROL LOOP DESCRIPTIONS 40 96 30 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
These points are also used by the polymer unit when it is in Remote
Auto Mode described blow.
3) Description
in Remote Manual, the Plant Operator sets a fixed chemical pump
speed command to the polymer unit from the DCS. The Plant
Operator shall place the polymer unit into either Remote Manual or
Remote Auto from either the Plant DCS graphical displays or from tne
Operator Interface Panel (OIT) located in the GBT Local Control
Panel at the GBT. Also, the Plant Operator shall enter the fixed pump
speed from either the Plant DCS graphical displays or from the OIT
located in the GBT Local Control Panel at the GBT.
b. Remote Automatic (Fiow Paced) Mode
1) General
When the Polymer Control Panel LOR switch is in Remote and the
Plant DCS places the polymer unit in Auto, the Plant Operator shall
set a dosage setpoint (gallon neat polymer/gallon feed sludge) that
shall be used along with sludge flow by the DCS in a flow paced
operation. Based on drawdown test results, the plant operator shall
also enter the pump volume per pump revolution value for each pump.
2) i/O Points
The same I/O points listed above for Remote Manuai are also used in
Remote Auto.
3) Description
In Remote Auto, the DCS adjusts the pump speed command to
deliver polymer on a fiow paced basis. The Plant Operator shall place
the polymer unit into either Remote Manual or Remote Auto from
either the Plant DCS graphical displays or from the OIT located in the
GBT Local Control Panel at the GBT. Also, the Plant Operator shall
enter the dosage setpoint from either the Plant DCS graphical
dispiays or from the OIT located in the GBT Local Control Panel at the
G BT.
As Polymer Unit #3 is a backup to any of the three GBTs, the Plant
DCS wiil be configured to send the correct polymer pump speed value
to the correct polymer unit based on the two position switch located
on the GBT Control Panei.
3.04 THICKENED SLUDGE PUMPS
A. Equipment.
LOOP TAG DESCRIPTION
230-01 Thickened Slud e Pum #1 Existin
230-02 Thickened Slud e Pum #2 Existin
- 230-03 Thickened Siud e Pum #3 New
CONTROL LOOP DESCRIPTIONS 40 96 30 - 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
B. Instrumentation.
INSTRUMEI�T DESCRIPTION
TAG
PSL 230-01 Thickened Slud e Pum #1 Suction Pressure Existin
PSH 230-01 Thickened Slud e Pum #1 Dischar e Pressure Existin
PSL 230-02 Thickened Slud e Pum #2 Suction Pressure Existin
PSH 230-02 Thickened Slud e Pum #2 Dischar e Pressure Existin
PSL 230-03 Thickened Slud e Pum #3 Suction Pressure New
PSH 230-03 Thickened Slud e Pum #3 Dischar e Pressure New
The suction and discharge pressure switches are hardw`red interlocks. The discharge
pressure switch is mechanically latched and must be reset at the switch itself. There is
no latching or reset for the suction pressure switch.
C. The following control narratives describe the normal operation.
1. LOCAL MANUAL: Each pump VFD panel has a Manual - Computer switch.
Each pump shall be controlled locally in a manual mode by placing this switch in
Manual and then manually starting, stopping, or adjusting the speed of the pump
through Operator controls on the VFD. While in Manual the �ocal Control Panel
at the pump motor wili ailow the Operator to s'.art or stop the pump. While in
Manual ail hardwired interlocks to the VFD are active.
2. REMOTE MANUA�: Each pump shall be ccntrolled manually by the Plant
SCADA System by placing the Manual - Computer switch in Computer and then
placing the Plant SCADA System in "Remote Manual" mode. The Operator then
shall then manually start, stop, or adjust the speed of the pump through the Plant
SCADA System. While in Computer all hard�,vired interlocks to the VFD are
active.
3. REMOTE AUTO: This function does not apply tc these pumps.
3.05 GRAVITY BELT THICKENER FEED PUMPS
A. Equipment.
LOOP TAG DESCRIPTION
222-01 GBT Feed Pum #1 Existin
222-02 GBT Feed Pum #2 Existin
222-03 GBT Feed Pum #3 Existin
222-04 GBT Feed Pum #4 New
B. Generai.
CONTROL LOOP DESCRIPTIONS 40 96 30 - 10 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
There is a four position selector switch on each GBT Control Panel that identifies which
thickened feed pump is to feed that GBT. The isolation valves that direct GBT feed
sludge flow are physically manually adjusted.
C. The following control narratives describe the normal operation.
1. LOCAL MANUA�: Each pump VFD panei has a Manual - Computer switch.
Each pump shall be controlled locally in a manual mode by placing the Manual —
Computer switch in Manual and then manually starting, stopping, or adjusting the
speed of the pump through Operator controls on the VFD. While in Manual all
hardwired interlocks to the VFD are active.
2. REMOTE MANUAL: This function does not apply to these pumps.
3. REMOTE AUTO: Each pump shall be controlied automatically by the associated
GBT by placing the VFD Manual — Computer switch in Computer. The Operator
then selects the GBT Feed Pump to feed the desired GBT by placing the four
position selector switch on the GBT Control Panel to identify the desired feed
pump. The GBT Control Panel then sends the start/stop commands and speed
command to the chosen feed pump. While in Computer all hardwired interlocks
to the VFD are active.
- END OF SECTION -
CONTRO� LOOP DESCRIPTIONS 40 96 30 - 1 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 43 21 00
PUMPS - GENERAL
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish, install, test, and make fully operational all pumping equipment,
- complete with all necessary accessories, in compliance with the Contract Documents.
B. All pumping equipment shall be provided in accordance with the requirements of Section 11
00 00, Equipment General Provisions.
--- C. The provisions of this section shall apply to all pumps and pumping equipment specified
except where specifically noted otherwise in the Contract Documents.
D. The pumps shall be provided complete with all accessories, shims, sheaves, couplings, and
other appurtenances as specified, and as may be required for a complete and operating
installation.
1.02 SHOP DRAWINGS
A. Shop Drawings shall include the following information in addition to the requirements of
Section 01 33 00, Submittals and Section 11 00 00, Equipment General Provisions.
--- 1. Details of shaft sealing system
2. Pump performance curves at rated speed and reduced speed (if reduced speeds are
specified). Curves shall indicate flow, head, efficiency, brake horsepower, NPSH
required, and minimum submergence. Curves shall include limits (minimum and
maximum flows) for stable operation without cavitation, overheating, recirculation, or
excessive vibration.
3. General cutaway sections, materials, dimension of shaft projections, shaft and
keyway dimensions, shaft diameter, dimension between bearings, general
dimensions of pump, suction head bolt orientation, and anchor bolt locations and
forces.
4. Foundry certificates and results of Brinnell hardness testing showing compliance to
ASTM A 532 (where required in the individual pump specifications).
5. Submersible pump submittals shall also include: o
�,
a. Product data sheets for power and control cables and length of cables. A
b. Details on pump guide rail system and mounting requirements.
PUMPS GENERA� 43 21 00 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
PART 2 -- PRODUCTS
2.01 MATERIALS
A. All materials employed in the pumping equipment shall be suitable for the intended
application. Material not specifically called for shall be high-grade, standard commercial
quality, free from all defects and imperfection that migf�t affect the serviceability of the
product for the purpose for which it is intended, and shall conform to the following
requirements unless otherwise specified in individual purnping equipment Specifications:
1. Cast iron pump casings and bowls shall be of close-grained gray cast iron,
conforming to ASTM A 48, or equal.
2. Bronze pump impellers shall conform to ASTM B 584, "G" bronze.
3. Stainless steel pump shafts shall be of Type 400, Series. Miscellaneous stainless
steel parts shall be of Type 316.
B. Suction and discharge flanges shall conform to ANSI stardard B16.1 or B16.5 dimensions.
C. Handholes on pump casings shall be shaped to follow ihe contours of the interior of the
casing to avoid any obstructions in the water passage.
2.02 APPURTENANCES
A. Pressure Gauges
1. The Contractor shall furnish and install pressure gauges on the suction and
discharge of each pump, except wet-pit submersible pumps, vertical turbine pumps
and any pumps where the casing material is Hi Chrome of Ni Hard.
2. The Contractor shall furnish and install pressure �auges on the discharge piping of
each wet-pit submersible pump, vertical turbine �ump and any pumps where the
casing material is Hi Chrome of Ni Hard in the locations shown on the Drawings or
as directed by the City's Project Representative.
3. Suction gauges shall be of the single scale compcund type to indicate both pressure
and vacuum. Each suction gauge shall be grad�ated in feet of water over the span
of 34 feet below and above zero.
4. Discharge gauges shall be graduated in feet from zero to a minimum of five (5) feet
of water above the respective pump shutoff head or to a minimum of 30% above the
maximum operation pressure, whichever is greater. Graduation shall be in feet of
water.
5. All gauges shall be supplied by one manufact�:rer and shall be as specified in
Section 40 91 19, Pressure Instrumentation Equi�ment.
6. All gauges shall be provided with diaphragm seals or isolating ring seals as specified
in Section 40 91 19, Pressure Instrumentation Ec�uipment.
PUMPS GENERAL 43 21 00 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar:.d Sawyer Project No. 60000-000
B. Fiexible couplings for direct driven pumps shall be as manufactured by Faik, Dodge, Woods
Corp., or equai and shall be furnished with guards in accordance with OSHA Rules and
Regulations. Spacer couplings shall be provided where necessary to aliow removal of the
pump rotating element without disturbing the driver.
2.03 ELECTRICAL REQUIREMENTS
A. All pumps shall be furnished with motors such that the motor shall not be overloaded
throughout the full range of the pump operation, unless otherwise specifically approved by
the City's Project Representative.
B. Where variable firequency drives (VFDs) are specified, the Contractor shall be responsible
for coordinating between pump supplier and VFD supplier to ensure a complete and
operational system. VFDs shail be furnished under Division 26 and shall be as specified in
Section 26 29 23, Variable Frequency Drive Systems.
C. Motor starters and controls shall be furnished and installed under Division 26 and Division
40 unless otherwise specified in the individual pump specifications.
2.04 EQUIPMENT IDENTIFICATION
A. In addition to the requirements of Section 11 00 00, Equipment General Provisions,
nameplate data for each pump shall include the rating in gallons per minute, rated head,
speed, and efficiency at the primary design point.
PART 3 -- EXECUTION
3.01 INSTALLATION
A. Drains: All gland seals, air valves, and drains shail be piped to the nearest floor drain or
trench drain with galvanized steel pipe or copper tube, properly supported with brackets.
B. Solenoid Valves: Where required, the pump manufacturershall furnish and install solenoid
valves on the water or oil lubrication lines. Solenoid valve electrical rating shall be
compatible with the motor control voltage and shall be furnished complete with all necessary
conduit and wiring installation from control panel to solenoid.
3.02 SHOP TESTING
A. Shop tests shall be performed in accordance with Section 11 00 00, Equipment General
- Provisions, and except where stated otherwise herein, shall be conducted in accordance
with applicable methods and standards of the American National Standard for Centrifugai
Pump Tests by the Hydraulic Institute, or American National Standard for Vertical Pump
Tests by the Nydraulic Institute for Vertical Pumps.
B. Pump testing shall be witnessed by the Owner/City's Project Representative where specified
in the individual pump specifications. The testing procedure shall be submitted to the City's
- Project Representative for review before scheduling the testing. The City's Project
PUMPS GENERAL 43 21 00 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Representative shall be given at least 2 weeks advanced notice of the scheduled testing
date.
C. Certified test curves for shall be provided for all centrifugal �umps unless otherwise specified
in the individual pump specifications.
D. Pumps shall be within the tolerances specified by the Hvd� aulic Institute Standards with the
following exceptions:
At design heads, +10% of design capacities or at design capacities, +5% of design
heads.
2. No minus tolerances shall be allowed with respect to capacity, head, or efficiency at
the design points.
E. For wet pit submersible pumps and vertical turbine pumps, all tests shall be run at minimum
pump submergence specified in the individual pump speLifications.
F. Where required in the individual pump specifications, �ach individual casting shall be
Brinnell tested in a minimum of two places, in an area of representative casting thickness to
ASTM Method E-10. Results shall be certified by a registered professional ENGINEER. Test
results shall verify the satisfaction of the required Brinneli hardness of the finished product
as specified in respective subsections.
3.03 FIELD TESTING
A. Field tests shall be performed in accordance with in Sect;on 11 00 00, Equipment General
Provisions and additionally as specified below and in the individual pump specifications.
B. Final acceptance tests shail demonstrate the following:
The pumps have been properly installed and are in proper alignment.
2. The pumps operate without overheating or over;oading of any parts and without
objectionable vibration. Vibration shall be withir: the Hydraulic Institute limits, or
manufacturer's limits if more stringent.
The pumps can meet the specified operating conditions. All pumps shall be checked
at maximum speed for a minimum of four points on the pump curve for capacity,
head, and amperage. The rated motor nameplate current shall not be exceeded at
any point. Pumps with drive motors rated at less t�an five horsepower shall only be
tested for overcurrent when overheating or other malfunction becomes evident in
general testing.
- END OF SECTION -
PUMPS GENERAL 43 21 00 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar:d Sawyer Project No. 60000-000
SECTION 43 21 13
VERTICAL NON-CLOG PUMPS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish and install vertical non-clog pumps at the locations shown on
the Drawings and as specified herein. All pumps shall be supplied by the same
manufacturer.
B. Equipment shall be provided in accordance with the requirements of Section 11 00 00,
Equipment General Provisions and Section 43 21 00, Pumps - General.
1.02 OPERATING CONDITIONS AND PERFORMANCE REQUIREMENTS
GBT Feed Pump No. 4
Number of Units 1
Design Capacity (gpm) 400 600
Total Dynamic Head (feet) 26 46
Maximum Pump Speed (rpm) 900 1200
Temperature of �iquid Pumped Ambient
Suction Condition Flooded
Variable Frequency Drive Yes
Minimum Size of Solids (Spherical Diameter, In.) 4
Minimum Suction Diameter (In.) 4
Minimum Discharge Diameter (In.) 4
1.03 SUBMITTALS
A. The following items shall be submitted with the Shop Drawings in accordance with, or in
addition to the submittal requirements specified in Section 01 33 00, Submittals; and
Section 11 00 00, Equipment General Provisions:
1. Performance Affidavit
1.04 WARRANTY AND GUARANTEE
A. Warranty and Guarantee shall be as specified in Section 11 00 00. Warranty will begin at o
Substantial Completion of the project. �
0
�
�
A
VERTICAL NON C�OG PUMPS 43 21 13 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
PART 2 -- PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Each pump shall be a vertical, non-clog, centrifugal pum�, Model CEVP 4x4x11 by WEIR
Specialty/WEMCO Pumps and no others shall be accep�`:able.
2.02 MATERIA�S
A. Pump Design - The pump shali be bottom suction, side discharge construction and shall be
supplied with and installed upon an integral suction elbow of the pump manufacturer's
design matched to the pump suction connection piece. The volute shall be provided with a
cleanout port to allow for removal of any foreign material blocking or impeding performance
of the pump. The unit shall be designed such that the motor may be removed from the pump
for independent servicing.
B. Casing shall be made of Hi-Chrome iron material conforming to ASTM A532-75 Class I or
Class III, Type A, shall have a minimum Brinell hardness rating of 650, and shall provide
smooth unobstructed passages large enough to pass solids of the specified size. A cleanout
handhole with removable cover shall be provided for non-clog type pumps. The inner
contours of the handhole cover shall match the contours of the casing in which it fits. Casing
shail be enclosed by a removable suction and stuffing �ox cover carefully machined and
aligned. Suction and discharge connections shall be ANSI Standard flat faced 125 pound
flanges, and shall be drilled and tapped for gauge, drain and vent connections or shall be
self-venting. The necessary lifting bolts and eye lugs sh�il be provided for installation and
maintenance of the pumps. Gauges shall be furnished and installed underSection 43 21 00,
Pumps - General. Taps '/2 inch diameter for gauge con�ections shall be provided on all
nozzles or piping connections, as applicable, where gauges are to be installed.
C. Suction cover shall be constructed of the same material as the casing and shall be integrally
cast with 125 pound ANSI standard flange. Cover shall be quickly removable for access to
the impeller.
D. Impeller shall be constructed of Hi-Chrome Iron with a minimum Brinell hardness rating of
650 and shall be specifically designed to pump grit slurrie�. The impeller shall be trimmed to
the diameter necessary to meet the specified perFormance and shall have no less than 10
vanes, each a minimum of 5/16t" inch thick of the specified impeller material. Pump out
vanes on the rear shroud of the impeller are not accepta�le. Impellers of the radial design
that incorporate the impelier in a recessed portion of a wearplate are not acceptable.
Impeller shall be statically, hydraulically, and dynamically balanced. The impeller shall be
designed with smooth flow passages to pass solids of specified size and to prevent clogging
by stringy materiais. The impeller shall be bolted, keyed a;�d locked to the pump shaft at the
factory.
E. Rotation of pumps shall be clockwise when viewed from the driven end, unless otherwise
shown on the Drawings.
F. Stuffing box cover shall be constructed of cast iron, ASTM A48, Class 25 and 35, and shall
be designed with a machined self-centering fit with the pump casing. Stuffing box shall be
VERTICAL NON CLOG PUMPS 43 21 13 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
readily accessible. Tapped holes shall be provided for oil or seal water connection as
specified.
G. The shaft shall be sealed by packing. The stuffing box shail contain graphite-impregnated
acrylic packing rings and Teflon lantern ring arranged for water lubrication. The packing will
be retained with a bronze split packing gland. Any leakage shall be retained within a
drainable reservoir integral with the bearing housing and tapped with a 3/ inch NPT hole for
connection of the seal water drainage piping.
H. Shaft shall be Type SAE 1045 steel, minimum, sufficiently large in diameter to transmit
safely the maximum torque developed by the drive unit and of such a design as to provide a
rigid support for the impeller and to prevent excessive vibration. The shaft shall be suitably
heat-treated, turned, ground, and polished over its entire length and shall be protected
through the stuffing box by a removable hardened stainless steei shaft sleeve with seal to
prevent leakage.
-- I. Shaft sleeve shali be constructed of 410 series stainless steel hardened to 450 Brinell or
better or corrosion resistant bronze, and secured to prevent reversal of rotation. An "O" ring
" seal shall be provided between the shaft and the impeller hub to prevent leakage underthe
sleeve. The shaft sleeve shall not be threaded.
J. Bearings shall be of the anti-friction ball or tapered roller type in a dust-proof housing.
Bearings shall be oil or grease lubricated with provisions for the addition or draining of
lubricant. The bearings shall be designed for continuous heavy duty loads and for both axial
and radial thrust loads. The bearing frame shall be of rigid cast iron construction to support
the shaft and the bearings, and shall be designed so that the complete rotating element can
be removed from the casing without disconnecting the piping. Bearings shall have a
minimum AFBMA B-10 life of 100,000 hours under worst possible operating conditions.
K. Bearing housing shall be constructed of cast iron, ASTM, A48, Class 25 designed to provide
a fully enclosed bearing housing incorporating a seal water catch basin with a tapped drain
and overflow ports where applicable.
Wearing rings shall be of the removable type, of Type 304L stainless steel hardened to
450 Brinell. One wearing ring shall be on the casing.
M. Wear Adjustment - Rotating assembly shall be readily adjustable byjack screws at the end
of the bearing housing so that, as wear occurs, proper impeller-to-suction cover liner
clearance can be maintained without dismantling the pump.
N. Base - The pump shall be supported by a cast iron mounting foot type pedestai cast
integrally with, or especially fabricated for, the pump casing and sufficiently sized to ensure
rigid support of the pump and motor. The common pump and motor base shall be suitably
constructed to support the equipment and shall be provided with grout holes and drain
connections with drip-lip, as necessary.
O. Coupling - Pump shaft connections to drives shall be directly connected through flexible
couplings as manufactured by Falk, Dodge, or equal. Couplings shall be provided with
coupling guards.
VERTICAL NON CLOG PUMPS 43 21 13 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2.03 ELECTRICA� AND CONTROL REQUIREMENTS
A. Electrical Requirements
Motors shall conform to the requirements of Section 11 05 13, Electric Motors, and
the additional requirements below.
GBT Feed Pump No. 4
M otors
Ratin 460V, 3 ph, 60 Hz
Horsepower 20
S eed, r m 1200
Enclosure TEFC
Insulation Class F
Inverter Dut Yes
Service Factor 1.0
Space Heater Yes
Motor Windin Tem erature Switches Yes
RTDs No
Se arate Coolin Fan No
Motor Differential Current Transformers / Six-Lead Externai No
W e Connection
B. A local control station shall be provided for GBT Feed P�mp No. 4 that shall be integrated
into the overall controi system for this pump and shall include:
1. Type 316 stainless steel NEMA 4X enclosure
2. Local/Remote two position switch
3. START pushbutton
4. STOP pushbutton
2.04 SPARE PARTS
A. Spare parts shall be provided in accordance with Section 11 00 00, Equipment General
Provisions and shall include the following for each serie� of pumps.
One (1) - set of wearing rings
One (1) - shaft sleeve
One (1) - set of motor and pump bearings
One (1) - complete shaft packing assembly
One (1) - set of gaskets and O-ring seais
PART 3 -- EXECUTION
3.01 MANUFACTURER'S FIELD SERVICES
A. The services of a qualified manufacturer's technical re�resentative shall be provided in
accordance with Section 11 00 00, Equipment Gener�:i Provisions. For each series of
pumps, field services shall include the following site visits:
VERTICAL NON CLOG PUMPS 43 21 13 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
Service Number of Tri s Number of Da s/Tri
Installation and Testin 1 1
Startu and Trainin 1 2
3.02 SHOP TESTING
A. Shop testing shall be in accordance with Section 11 00 00, Equipment General Provisions.
- END OF SECTION -
VERTICAL NON CLOG PUMPS 43 21 13 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 43 21 14
HORIZONTAL NON-CLOG PUMPS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish, install, and place in satisfactory operation horizontal non-clog
pumps at the locations shown on the Drawings and as specified herein. All pumps specified
herein shall be supplied by the same manufacturer.
1. The pumps to be supplied as part of this section are replacement wet ends for two
existing pumps that have bases and motors currently in place.
B. Equipment shall be provided in accordance with the requirements of Section 11 00 00,
Equipment General Provisions and Section 43 21 00, Pumps - General.
1.02 OPERATING CONDITIONS AND PERFORMANCE REQUIREMENTS
HRC Thickened Sludge Pumps
Number of Units 2
Design Capacity (gpm) 800 1500
Total Dynamic Head (feet) 15 40
Maximum Pump Speed (rpm) 500 800
Existing Motor Size (HP) 40
Temperature of Liquid Pumped Ambient
Suction Condition Flooded
Minimum Size of Solids (Spherical Diameter, Inches) 4
Minimum Suction Diameter (In.} 6
Minimum Discharge Diameter (In.) 6
1.03 SUBMITTALS
A. The following items shall be submitted with the Shop Drawings in accordance with, or in
addition to the submittal requirements specified in Section 01 33 00, Submittals; and
Section 11 00 00, Equipment General Provisions:
1. PerFormance Affidavit
1.04 WARRANTY AND GUARANTEE
A. Warranty and Guarantee shall be as specified in Section 11 00 00.
q
�
O
m
�
.�
HORIZONTAL NON CLOG PUMPS 43 21 14 -1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
PART 2 -- PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Each pump wet end to be replaced shall be a horizontal, non-clog, centrifugal pump, 6x6
Model C Torque Flow pump by WEIR Specialty/WEMC� Pumps and no others shall be
acceptable. The suppiied pump components shall match exactly the units currently in place.
2.02 MATERIALS
A. The pump shall be end suction, vertical up discharge construction. The volute shall be
provided with a cleanout port to allow for removal of any foreign material blocking or
impeding performance of the pump. The unit shail be des3gned such that the existing motor
may be removed from the pump for independent servicirg.
B. Casing shall be made of Hi-Chrome iron material conforrning to ASTM A532-75 Class I or
Class III, Type A, shall have a minimum Brinell hardness rating of 650, and shall provide
smooth unobstructed passages large enough to pass soli�s ofthe specified size. A cleanout
handhole with removable cover shall be provided for r�on-clog type pumps. The inner
contours of the handhole cover shall match the contours af the interior of the casing in which
it fits. Casing shall be enclosed by a removable suctior, and stuffing box cover carefully
machined and aligned. Casing shall be designed so that the impeller can be withdrawn
without the need to remove the discharge casing or distur:�ing the discharge piping. Suction
and discharge connections shall be ANSI Standard flatfaced 125 pound flanges, and shall
be drilled and tapped for gauge, drain and vent connections or shall be self-venting. The
necessary lifting bolts and eye lugs shall be provided for installation and maintenance of the
pumps. Casings shail also be equipped with a 2-inch diameter NPT tapped connection at
the bottom of the casing to accommodate a flushing water drain connection.
C. Suction cover shall be constructed of the same material as the casing and shall be integrally
cast with 125 pound ANSI standard flange. Cover shall be quickly removable for access to
the impeller.
D. The impeller shall be constructed of 700 Brinell Hi Chrome and specifically designed
to maintain hydraulic pumping performance as wear occurs.
The impeller shail be of cup design such that the deepest portion of the
vane is not located at the vane tips and the tips are surrounded by a thick
sectioned rim of the following thickness:
Pump Minimum Minimum Il�inimum Impeller
Size Impeller Dia. @ Rim Thickness Vane Thickness @ Minimum
Outside Rim @ Wear Area V\'ear Area Ni-Hard Weight
6 In. 20 In. 1-3/4 In. 7/8 In. 165 Lbs.
2) The hydraulic design shall be such thatthe length ofthe impellervane increases as
wear occurs to the rim, allowing as-new or better �umping performance throughout
the wear cycle of the impeller.
HORIZONTAL NON CLOG PUMPS 43 21 14 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen ar;d Sawyer Project No. 60000-000
3) The hydraulic design of the impeller shall preferentially direct flow to a sacrificiai,
independently repiaceable suction piece. The suction piece shali be easily
accessibie and replaceable, without the need to disassemble any other component
of the pump.
4) Pump-out vanes on the rear shroud ofthe impelier are not acceptable. Impellers of
the radiai design that incorporate the impeller in a recessed portion of the volute or
wearplate are not acceptable.
E. Rotation of pumps shall be clockwise when viewed from the driven end, unless otherwise
shown on the Drawings.
F. Stuffing box cover shall be constructed of cast iron, ASTM A48, Class 25 and 35, and shall
be designed with a machined self-centering fit with the pump casing. Stuffing box shall be
readily accessible. Tapped holes shall be provided for oil or seai water connection as
specified.
G. The shaft shall be sealed by packing. The stuffing box shall contain graphite-impregnated
acrylic packing rings and Teflon lantern ring arranged for water lubrication. The packing will
be retained with a bronze split packing gland. Any leakage shall be retained within a
drainable reservoir integral to the bearing housing and tapped with a 3/ inch NPT hole for
connection of the seal water drainage piping.
H. Shaft shall be Type SAE 1045 steel, minimum, sufficiently large in diameter to transmit
safely the maximum torque developed bythe drive unit and of such a design as to provide a
rigid support for the impeller and to prevent excessive vibration. The shaft shall be suitably
heat-treated, turned, ground, and polished over its entire length and shall be protected
through the stuffing box by a removable hardened stainless steel shaft sleeve with seal to
prevent leakage.
Shaft sleeve shall be constructed of 420 series stainless steel hardened to 450 Brinell or
better or corrosion resistant bronze, and secured to prevent reversal of rotation. An "O" ring
seal shall be provided between the shaft and the impeller hub to prevent leakage under the
sleeve. The shaft sleeve shali not be threaded.
J. Bearings shall be of the anti-friction ball or tapered roller type in a dust-proof housing.
Bearings shall be oil or grease lubricated with provisions for the addition or draining of
lubricant. The bearings shall be designed for continuous heavy duty loads and for both axial
- and radial thrust loads. Bearings shall have a minimum AFBMA B-10 life of 100,000 hours
under worst possibie operating conditions. The bearing frame shall be of rigid cast iron
construction to support the shaft and the bearings, and shall be designed so that the
complete rotating element can be removed from the casing without disconnecting the piping.
K. Bearing housing shall be constructed of cast iron, ASTM, A48, Class 30 designed to provide
a fully enclosed bearing housing incorporating a seal water catch basin with a tapped drain
and overFlow ports where applicabie.
L. Wearing Rings - Wearing rings shall be of the removable type, of Type 304L stainless steel
hardened to 450 Brinell. One wearing ring shali be on the casing.
HORIZONTAL NON CLOG PUMPS 43 21 14 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
M. Wear Adjustment - Rotating assembly shall be readily ad;ustable byjack screws at the end
of the bearing housing so that, as wear occurs, proper impeller-to-suction cover liner
clearance can be maintained without dismantling the pump.
N. Base — The existing base plate shall be reused for the rehabilitated pump and motor system.
O. Coupling - Pump shaft connections to drives shall be d;rectly connected through flexible
couplings as manufactured by Falk, Dodge, or equal. ;,ouplings shall be provided with
coupling guards.
2.03 E�ECTRICAL AND CONTROL REQUIREMENTS
A. The existing motors shall be reused for the rehabilitai�d pump system and the pump
manufacturer shall inspect the existing motors and provide a certification in writing that the
existing pumps are suitable for use in the rehabilitated pump configuration, priorto operation
of the pumps. Any necessary rehabilitation of the motor to return the system to a complete
and operable condition shall be performed by the Contractor at no additional cost to the
Owner.
B. Contractor shall reconnect the pump to the motor to resul�: in a complete and operable pump
system.
2.04 SPARE PARTS
A. Spare parts shali be provided in accordance with Section 11 00 00, Equipment General
Provisions and shail inciude the following for each series of pumps
One (1) - set of wearing rings
One (1) - shaft sleeve
One (1) - set of pump bearings
One (1) - complete shaft packing assembly
One (1) - sets of gaskets and O-ring seals
PART 3 -- EXECUTION
3.01 MANUFACTURER'S FIELD SERVICES
A. The services of a qualified manufacturer's technical re�resentative shall be provided in
accordance with Section 11 00 00, Equipment Genera� Provisions. For each series of
pumps, field services shall include the following site visits:
Service Number of Tri s Number of Da s/Tri
Installation and Testin 1 1
Startu and Trainin 1 2
3.02 SHOP TESTING
A. Shop testing shall be in accordance with Section 11 00 0�, Equipment General Provisions.
- END OF SECTION -
HORIZONTAL NON CLOG PUMPS 43 21 14 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 43 21 36
PROGRESSIVE CAVITY PUMPS
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish and install progressive cavity type pumps atthe locations shown
on the Drawings and as specified herein. All pumps shall be supplied by the same
manufacturer.
B. Equipment shall be provided in accordance with the requirements of Section 11 00 00,
Equipment General Provisions and Section 43 21 00, Pumps - General.
1.02 OPERATING CONDITIONS AND PERFORMANCE REQUIREMENTS
Thickened Slud e Pump No. 3
Number of Pum s 1
Capacity (gpm) 250
Design Differential Pressure (feet) 140
Number of Pump Stages (minimum) 2
Maximum Pump Speed (rpm) 250
Solids Concentration (%) 0 - 8%
Minimum Suction Diameter (inches) 8
Minimum Discharge Diameter (inches) 8
VFD Speed Range 25 -100%
Low Suction Pressure Switch' No
High Discharge Pressure Switch Yes
In-Line Fluid Detection System Yes
Note 1: An interiock with the existing level transmitter in the existing thicKeneci sluage
channel shall be provided as identified in this Section.
1.03 SUBMITTALS
A. The following items shall be submitted with the Shop Drawings in accordance with, or in
addition to the submittal requirements specified in Section 01 33 00, Submittals; and
Section 11 00 00, Equipment General Provisions:
1. Performance Affidavit
0
�
0
1.04 WARRANTY AND GUARANTEE �
W
A
A. Warranty and Guarantee shall be as specified in Section 11 00 00. Warranty begins at
Substantial Completion for the project.
PROGRESSIVE CAVITY PUMPS 43 21 36 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
PART 2 -- PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. Each pump shall be a progressive cavity type pump. The ;�rogressive cavity pumps shall be
the MOYNO Series 2000 as manufactured by Robbins �nd Myers and no others shall be
acceptable.
2.02 MATERIALS
A. Casing shall be made of close-grained cast iron conforming to ASTM A48. The suction
housing shall incorporate two rectangular inspection ports, 180° apart, and provide access to
the universal joints within the suction housing. Flanged s�:ction and discharge connections,
shall be 125 pound ANSI Standard flat face flanges.
B. Rotor shall be machined and polished tool steel, chrom�-plated single helix design. The
chrome-plate shall have a nominal thickness of 0.010" for maximum abrasion resistance.
C. Stator shall be a molded elastometric, double helix chemicaliy bonded to a steel tube. The
BUNA-N stator shall use 720° clamp rings to fasten the normai horizontal flange and suction
housing, with sealed ends or thru-bolts. The clamp rings shall facilitate stator removal. The
stator seals shall be designed to prevent the material being pumped from contracting the
stator bonding and tube.
D. Universal joints shall be of the grease lubricated, totaily enclosed sealed and shielded,
crowned gear type. The operating angle of these joints �hall not exceed 1-1/2° off center.
Mechanical components of the gearjoints shall be designed to operate for 10,000 hours at
the maximum speeds and pressures specified. They shal be of adequate design to transmit
the required thrust and torque while allowing the rotorto move in its eccentric path. Thejoint
seal shall be designed to prevent any liquid from contaminating the gear, while the shield
shall be designed to prevent any foreign objects from rup`:uring the seal. The low angularity
shali maximize universal joint life.
E. Connecting rod shall be splined and shall connect the ge�rjoints of the eccentrically moving
rotor and the drive shaft. The connecting rod shall pass �:hrough the suction housing/shaft
seal area within the hollow drive shaft quill so that no eccentric loads are imparted on the
packed seal. This connecting rod shall be rigid and not �usceptible to chipping.
F. Shafting shall be of the two-part design with the chrome-plated, hollow quill removable for
repair. The quill shall be replateable and shall be remova�le without removing the bearings
from the bearing housing or disconnecting the driver.
G. Bearings shail be ofthe grease lubricated tapered rollert�rpe with diverging pressure angles
for maximum shaft stability. The B-10 life of the bearing shall exceed 30,000 hours under
maximum operating conditions of this Specification. The bearings shall be protected from
contamination by means of a bearing cover plate bolted io the bearing housing.
PROGRESSIVE CAVITY PUMPS 43 21 36 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
H. The shaft shall be sealed by packing. The stuffing box shall contain graphite-impregnated
acrylic packing rings and Teflon lantern ring arranged forwater lubrication. The packing will
be retained with a bronze split packing gland. Any leakage shali be retained within a
drainable reservoir integral with the bearing housing and tapped with a 3/ inch NPT hole for
connection of the seal water drainage piping.
I. The common pump, speed reducer and motor base shall be cast iron, suitably constructed
to support the full weight of pump, speed reducer and motor and shall be provided with grout
holes and drain connections. Base plate shall not be of the "drip pan" style.
J. The speed reducer shall consist of a belt and pulley assembly connecting the motor output
shaft to the pump input shaft. The pump and motor shali be configured in a piggy-back
arrangement on a common baseplate. The belt and pulley assembly shall be designed to
provide the necessary speed reduction from the maximum motor speed to the maximum
pump speed. The unit shall be suppiied and installed with a belt guard constructed of
galvanized steel suitable to meet all OSHA and state safety requirements.
L. Gauges shall be furnished and installed under Section 43 21 00, Pumps - General.
2.04 ELECTRICAL AND CONTROL REQUIREMENTS
A. Electrical Requirements
1. Motors shall conform to the requirements of Section 11 05 13, Electric Motors, and
the additional requirements below.
Thickened Slud e Pump No. 3
Motors
Ratin 460V, 3 h, 60 Hz
Horse ower 25
Speed, rpm 1200
Enclosure TEFC
Insulation Class F
Inverter Dut Yes
Service Factor 1.0
Space Heater Yes
Motor Windin Temperature Switches Yes
Se arate Coolin Fan If re uired b manufacturer
VFD See Section 26 29 23
B. High discharge pressure switch and associated full line size isolating ring seal shall be
furnished and installed where shown on the drawings. The pressure switches and isolating
ring seals shall be furnished as specified under Division 40.
C. An in-line fluid detection system shall be provided on the suction line to each pump where
specified. The system shall be designed to protect pumps from damage caused by an
absence of liquid in the suction piping of the pump.
PROGRESSIVE CAVITY PUMPS 43 21 36 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
The system must be capable of ignoring errors caused by coating "build-up" on the
sensing element. System shall continue to operate with up to 10% of pipe diameter
coating on the sensor. Coating could be wet or d�� or a series of wet and dry layers.
2. The system shall consist of an in-line, non-intrusiv�, ring-shaped sensorwith sensor
condulet, a remote 120 VAC 60 Hz powered electronic unit, and interconnecting
cable.
The sensing element shall be of a non-intrusive design with no moving parts.
Flange mounting shall mate with 150# fl�,t faced flanges per ANSI B16.5.
The sensing element shall be a 3 termin�l type with exposed metal active
and shield elements. The sensing elemen'� shall be installed in a vertical line
and mounted on the suction port of the pump. Flange and pipe size to be as
shown in the Contract Drawings. Wetted metal parts to be Type 316
stainless steel.
b. The electronic unit shall be a solid state, �adio frequency admittance type,
with circuitry designed to ignore errors ger�erated by coating build-up on the
sensing element. The electronic unit sh.all be mounted in a NEMA 4X
housing. Liquid presence/absence statuv shall be indicated with red and
green status lights. The unit shail be furnisned with empty-pipe fail-safe relay
which shali be de-energized to alarm in th� event of a malfunction or power
loss. The unit shali have as standard an acjustable 0 to 90 second time delay
circuit for pump priming and for preventing premature pump shutdown
caused by momentary air pockets. Ambient temperature limits of the
electronic unit shall be -40° to 140°F. Out�uts shall be DPDT contacts rated
10A at 120 VAC.
c. The cable connecting the fluid detector and the electronic unit shall be 4
conductor driven shield type and shall be used to connect the sensing
element to the electronic unit. The ma�ufacturer and Contractor shall
examine the Drawings to determine the required cable length.
3. The unit shall be calibrated and adjusted in the field by the pump supplier.
4. The inline fluid detection system shall be Princo Model L3515 with sensor flange
L632 presence/absence detector, or City's Projec: Representative approved equal.
2.04 THICKENED SLUDGE PUMP �OCAL CONTROL PANE�
A. The new Thickened Sludge Pump shall be provided with a Thickened Sludge Pump Local
Control Panel (TSP�CP) that shall incorporate all necessary devices to completely control
Thickened Sludge Pump No. 4 its related auxiliary eq�ipment as specified herein. The
variable frequency drive shall be located in the GBT Building Motor Control Center and not in
the TSPLCP.
B. The TSPLCP enclosure shall be of NEMA 4X Type 316 stainless steel construction.
C. The TSPLCP shall be provided with 120V, single phas�, 60 Hz power. The panel shall
include all necessary circuit breakers, transformers and protective devices including lightning
PROGRESSIVE CAVITY PUMPS 43 21 36 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
and surge suppressors as required to achieve the performance requirements specified
herein.
D. The TSPLCP shali be completely assembled, pre-wired and tested by the pump suppiierfor
proper control of the thickened sludge pump.
E. The TSPLCP shall be compietely fabricated with instruments installed and wired in the
_ manufacturer's factory. All wiring shall be completed and tested prior to shipment. Ail
electrical connections between individual system components or external systems shall be
by way of numbered terminal blocks. The panel shall be front access only with doors
extending the full width of the panel to provide full access to the panel mounted components.
F. The TSPLCP shail include all required controls, indicators, relays, timers, switches, lights
and other components for control of the thickened siudge pump as specified herein. The
manufacturer shall suppiy an electrical wiring diagram for the panel, indicating all internal
wiring and field wiring which will be required between the TSPLCP and all other auxiliary
- equipment.
G. The TSPLCP cutouts for instruments and other devices (e.g., lights and switches) shall be
cut, punched or drilled and smoothly finished with rounded edges. The panel shall -be
provided with fully gasketed access doors.
H. The TSPLCP shall include but not be limited to:
1. Terminal blocks for internal and external wiring connections
2. Miscellaneous relays, wire duct, etc.
3. Controls, instruments and alarms as specified herein
I. The following panel mounted devices, indicators and status/alarm lights shall be provided at
the TSPLCP:
1. TSP RUN indicating light (red)
2. TSP LOCAL/OFF/AUTO selector switch
3. TSP START pushbutton
4. TSP EMERGENCY STOP pushbutton (mushroom type)
- 5. TSP ELAPSED RUN TIME hour meter
6. S�UDGE CHANNEL LOW LEVEL LOCKOUT indicating light (red)
7. SLUDGE PUMP RUN DRY indicating light (red)
J. The Contractor shall connect wiring for the following existing components to terminal blocks
supplied by the thickened sludge pump manufacturer within the TSPLCP:
1. SLUDGE CHANNEL LOW LEVEL LOCKOUT
K. In LOCAL or AUTO modes, the following interlocks shall be provided within the TSPLCP.
These conditions shall cause the thickened sludge pump to stop and shall illuminate an
indicator light if provided (see above):
1. TSP EMERGENCY STOP pushbutton is depressed. Pump shall not restart until
EMERGENCY STOP pushbutton is manually returned to its normal position.
PROGRESSIVE CAVITY PUMPS 43 21 36 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2. SLUDGE CHANNEL LOW LEVEL LOCKOUT signal is received. Pump shall not
restart until signal is cleared
3. SLUDGE PUMP SUCTION RUN DRY signal :s received (sensing equipment
includes integral time delay). Pump shall not restart until signal is cleared.
4. SLUDGE PUMP DISCHARGE HIGH PRESSURE signal is received (adjustable time
delay shall be included in the TSPLCP). Pump shall not restart until signal is cleared
for a period of time determined by an adjustable tirne delay included in the TSPLCP.
2.05 SPARE PARTS
A. Spare parts shall be provided in accordance with Section 11 00 00, Equipment General
Provisions and shall include the following for each serie� of pumps.
1. One (1) rotor
2. One (1) packing set
3. One (1) joint seal kit
4. One (1) gear joint kit
5. One (1) discharge pressure gauge
6. One (1) suction pressure gauge
7. One (1) stator
8. Two (2) stator gaskets
9. One (1) discharge high pressure switch assembl�r
PART 3 -- EXECUTION
3.01 MANUFACTURER'S FIELD SERVICES
A. The services of a qualified manufacturer's technical representative shall be provided in
accordance with Section 11 00 00, Equipment Gener�:l Provisions. For each series of
pumps, field services shall include the following site visits:
Service Number of Tri s Number of Da s/Trip
Installation and Testin 1 1
Startu and Trainin 1 1
Services after Startu 1 2
3.02 SHOP TESTING
A. Shop testing shall be in accordance with Section 11 00 00, Equipment General Provisions.
- END OF SECTION -
PROGRESSIVE CAVITY PUMPS 43 21 36 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 46 33 33
POLYMER BLENDING UNIT
PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. This section includes the requirements for the provision of all supervision, labor, materiais,
tools, equipment and related items to furnish, install, test and place in operation polymer
blending units as shown on the Drawings and specified herein. All units required for this
Contract shall comply with this Section and Section 11 00 00 Equipment General Provisions
and Section 43 21 00 Pumps General, unless otherwise noted. The system shali consist of,
but is not limited to: four (4) polymer blending units and PBU-220-01, PBU-220-02, PBU
220-03, and PBU 220-04, piping, valves, tubing, appurtenances, monitoring equipment and
all related items required for a complete operating system.
B. The Contractor shall be responsible for additional design and costs associated with
modifying applicable structure(s) and/or infrastructure to accommodate equipment with
dimensions other than those shown on the drawings. This requirement includes equipment
supplied by "Acceptable Manufacturers" that may differ from the dimensions shown on the
drawings. All alternative and/or modified designs must be reviewed and formally approved
(in writing) by the Engineer and City's Project Representative.
C. All equipment specified under this section shall be provided by a single supplier.
D. Manufacturer/supplier shall be responsible for the manufacture, warranty, service, and
operation of all equipment specified herein. Moreover, manufacturer/supplier shall, in
addition to the Contractor, assume responsibility for the proper function of all equipment,
following installation.
E. The polymer system shall be a skid mounted system including all interconnecting piping and
wiring.
F. The polymer dilution and feed system shall be capable of effectively activating and fully
blending with dilution water with a homogenous polymer solution ranging from 0.1 % to 1.0%
concentration of emulsion polymer (Polydyne C-6266). Polymer dilution rate to the GBT shall
be considered constant flow per continuous and constant flow of WAS sludge to the GBT.
G. The polymer blending units identified in this specification are integral to the operation and
testing of the related GBT unit(s). Overall responsibilityforthe testing and coordination of the
testing between the various equipment components shall reside with the Contractor who
shall be required to provide a complete and operabie system incorporating the integrated
performance of all of the component parts. Failure of any one component of the system to
enable the system to perform as required in these Specifications shall be the responsibility
of the Contractor to remedywithin the requirements and limitations of these Specifications.
POLYMER BLENDING UNIT 46 33 33- 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1.02 RELATED WORK
A. Where references are made to the Related Work paragraph in each Specification Section,
referring to other Sections and other Divisions of the specifications, the Contractor shall
provide such information orwork as may be required in th.ose references, and include such
information or work as may be specified.
B. Related Sections
1. Section 01 60 00 Material and Equipment Divisicn
2. Section 01 71 40 Demolition and Removal of Existing Structures and Equipment
4. Section 11 00 00 Equipment General Provisions
5. Division 40 — Process Integration
6. Section 46 71 16 Gravity Belt Thickeners
1.03 SUBMITTALS
A. In accordance with the procedures and requirements set��orth in the General Conditions and
Section 01 33 00, Submittals, submit complete descriptiv� product data for all equipment to
be provided, including but not limited to, fabrication and installation drawings, electrical,
instrumentation and controls component requirements and drawings, pertinent design
calculations, and any other related information necessary to facilitate Engineer and City's
Project Representative review.
1. Make, model, weight, horsepower, etc. for each equipment assembly.
2. Complete catalog information, descriptive literatui�e, specifications, and identification
of materials of construction.
3. Any exceptions to the specifications.
4. Detailed structural, mechanical, and electrical drawings showing the equipment
dimensions, size, and locations of connecticns and weights of associated
equipment.
5. Power and control wiring diagrams, including terrninals and numbers.
6. Complete motor nameplate data, as defined by NEMA, motor manufacturer, and
including any motor modifications. See Secticn 11 05 13, Electric Motors, for
additionai submittal requirements.
7. Factory finish system.
B. Quality Control Submittais. At a minimum, provide the fo lowing:
1. Factory Functional and Performance Test Repor`:s and Log.
2. Special shipping, storage and protection, and ha�dling instructions.
3. Manufacturer's printed installation instructions.
4. Suggested spare parts list to maintain the equipment in service for a period of 2
years. Include a list of special tools required for checking, testing, parts replacement,
and maintenance with current price information.
5. List special tools, materials, and supplies furnish�d with equipment for use prior to
and during startup and for future maintenance.
POLYMER BLENDING UNIT 46 33 33- 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
C. Operation and Maintenance Manuals. Provide complete operation and maintenance
manuals for all equipment, in accordance with the requirements of Section 01 33 00,
Submittals and Section 01 77 19, Closeout Procedures.
D. Each submittal shall be identified by the applicable specification section.
1.04 SHOP DRAWINGS
A. Each submittal shall be complete in all respects, incorporating all information and data listed
herein and all additionai information required for evaluation of the proposed equipment's
compliance with the Contract Documents.
B. Partial, incomplete or illegible submittals will be returned to the Contractorwithout reviewfor
resubmittal.
C. Individual shop drawings for polymer feed units shall be submitted in accordance with the
procedures and requirements set forth in the General Conditions and Section 01300,
Submittals.
D. Shop drawings for polymer feed units shall include pump data sheets, dimensioned
drawings, wiring diagrams (space heaters, temperature devices, etc.) identifying electric
characteristics and design, mechanical construction, manufacturer's name, type and
pertinent specifications for the use intended, along with the name of the equipment to be
driven.
E. The shop drawing information shall be complete and organized in such a way that the
Engineer and City's Project Representative can determine if the requirements of these
Specifications are being met. Copies of technical bulletins, technical data sheets from "soft-
cover" catalogs, and similar information which is "highlighted" or somehow identifies the
specific equipment items the Contractor intends to provide are acceptable and shall be
submitted.
1.05 WARRANTY
A. Polymer blending system shall be warranted as required in Section 11 00 00, Equipment
General Provisions.
B. If dissatisfied with system perFormance for any reason, the City's Project Representative
shall have the right to return the system to vendor for a refund of vendor's sale price any
time during the first 30 days following start-up.
PART 2 -- PRODUCTS
2.01 MANUFACTURERS
A. For the purpose of establishing quality assurance, experience, and system reliability, the
products described herein are based on metering pumps and a complete skid-mounted
system manufactured by one suppiier. All pumps and components shall be pre-assembled
onto the skid-mounted system by the polymer blending manufacturer and shop-tested for
POLYMER BLENDING UNIT 46 33 33- 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
capacity and pressure prior to shipment with documented resuits provided. The polymer
system shall be the standard equipment of the suppiie:- involved in the manufacture of
similar type equipment and shall be as manufactured by ProMinent Fluid Controls, Inc,
Acrison, or Velodyne. Acceptable manufactures and models are ProMinent ProMix MA
1200x2-4PT, Acrison 580-1 or 2, and Veloblend VM-5.0 PX — 1200 - E.
B. The blending unit manufacturer shall supply, hydraulic cal�ulations that confirm suction and
discharge line size and component selection and calibra,ion/setting instructions to assure
proper metering pump operation and dosing. This information shall be supplied with
approval documentation.
C. The blending unit equipment shall be the product of a ma:�ufacturer who has designed and
manufactured similar skid mounted feed systems and equipment, and has a record of seven
years or more of successful operation of such equipmen�: in the field.
2.02 MATERIALS AND CONSTRUCTION
A. Main Equipment Components included with the polymer blending unit include, but are not
limited to the following:
1. Motorized Mixing Chamber
2. Dilution water controls
3. Peristaltic Neat polymer pump
4. System Controis
B. Motorized Mixing Chamber
For the Mixing Chamber, polymer and water shall be mixed in a chamber designed
to create sufficient mixing energy.
a. The chamber shall contain a minimum of three stages. Dual mixing chamber
designs shall be unacceptable.
b. The system shall accommodate forflushing of residual polymerfrom mixing
chamber. The mixing chamber shall have a drain port to allow the chamber
to drain polymer solution. The top of the m�xing chamber or mixing chamber
influent piping shall have a cleaning access port.
2. The mixing chamber shall have a maximum ratec pressure of 100 psi.
3. The Mixing Chamber impeller shall be driven by � maximum of 1 HP duty motor.
a. Motor shall be TEFC.
b. Motor shall be direct-coupled to impeller shaft and mounted above the mixing
chamber
C. Dilution Water Control
For Dilution Water Control, the Dilution water shal[ be split into two streams. Primary
water flow shall supply the mixing chamber.
POLYMER BLENDING UNIT 46 33 33- 4 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
a. Secondary water flow shall be used to post dilute the activated polymer
stream to desired feed concentration.
b. These two streams shall be completely biended by an integrated static mixer
prior to appiication injection point.
c. A 0-160 psi pressure gauge shali be provided for both primary and
secondary dilution connections. See Section 40 91 19 for pressure gauge
requirements.
d. A 0-160 psi pressure gauge shall also be provided on the blended discharge
solution stream. See Section 40 91 19 for pressure gauge requirements.
2. For Dilution Water Control, the unit shall have an electric solenoid valve (NEMA 4X)
for on/off control of total dilution water flow.
3. For Dilution Water Control, rotameter type flow indicators with a range appropriate
for the specified dilution water flow rates and manual stainless steel flow control
valves shall be provided for each dilution water stream.
4. For Dilution Water Control, the unit shall include a pressure reducing valve per
requirements in Section 40 05 23.93 to adjust supply line pressure.
a. Normal Operation of the Dilution Water shall be a mix between potable water
and service water, but the system shall be capable of operating with either
100 % potable or 100 % service water.
b. Available Service water pressure shail be 50-60 psi
c. Available Potable water pressure shall be 135 psi.
D. Neat Polymer Metering Pump
The unit shall a have neat polymer metering pump.
a. Pump shall be peristaltic (tube) pump with a variable speed motor, non-
spring loaded roller assembly located in the pumphead and flexible tubing
with attached connection fittings. Diaphragm, gear, or progressive cavity
pumps shail not be acceptable. Pump manufacturer shall be Blue-White or
approved equal.
b. Minimum internal diameter of the pump tubing shall be 5.0 mm.
c. Polymer pump shall operate on 24 VDC.
d. Pumphead shall be a single, unbroken track with a clear removable cover.
e. Pump Monitor shall stop unit in the event of pumping tube breaks, empty
chemical suppiy or other polymer supply interruptions.
f. Calibration cylinder. A suitably sized calibration cylinder shall be supplied for
the neat polymer feed pump. Cylinder shall be mounted to frame with CPVC
isolation ball valves. Cylinder shall be calibrated in mL, and be constructed
of clear CPVC with slip on cap and'h inch NPT vent connection.
g. Pump shail be equipped with a thermal type flow verification sensor for the
desired design flow range. The sensor shall output high speed digital pulse
signal while pump is running to verify polymer injection.
2. Pump discharge shall be provided with a backpressure valve with an adjustable
range of 0-150 psi. Initial set point to be provided by polymer system manufacturer.
3. Pump discharge shall be provided with a pressure gauge in compliance with the
requirements of section 40 91 19.
POLYMER BLENDING UNIT 46 33 33- 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
E. Controls
1. Control Panel shall be NEMA 4X rating constructed of polycarbonate, and fiberglass
reinforced plastic. Panel should be attached to skid frame using stainless steel
hardware and materials.
2. The local control panel shall consist of all switches, relays, indicator lights, digital
displays, and other auxiliary devices as required tc provide the functional capabilities
described herein. The local controi panel, and it� components, shall be industrial
duty fully suitable for the application environment. The local control panel shall be
furnished with a numbered terminal block, with a legend, suitable for connection of
14 AWG wire for remote signal capability. Electrical equipment in the local control
panel shall conform to the applicable NEMA and NEC standards. Pilot devices and
relays shall be as specified in Section 26.
3. The local control panel shall be provided with a LOCAL-OFF-REMOTE selector
switch. When the LOCA�-OFF-REMOTE selector switch is in the LOCAL position,
the unit shall operate based on the RUN/STOP and SPEED input from the local
control panel. When the LOCAL-OFF-REMOTE selector switch is in the OFF
position, the unit shall not operate. W hen the LOC,�L-OFF-REMOTE selector switch
is in the REMOTE position the unit shall operate based on RUN/STOP and SPEED
input received from a remote source and local co.�trol panel.
4. The neat polymer feed pump speed command s€�all be a 4-20 mA analog pacing
signal. The local control panel speed signal shal: be from either a 10-turn analog
potentiometer or a digital controller.
5. The liquid polymer make-up unit shall be suppliec! with a dilution water loss of flow
sensor. The dilution water loss sensor shall be NEMA 4X, industrial duty differential
pressure or flow switch. The sensor shall place th� polymer pump on standby if the
dilution water flow has been interrupted for any reason and shall automatically restart
the polymer pump when the water flow is restore�. An integral timer shall monitor
loss of dilution water flow and energize the contact to provide an alarm after 15
seconds of continuous loss. The controller shall indicate loss of water alarm with
LED.
6. The liquid polymer make-up unit shall be supplied with a sensor to indicate loss of
polymer to the neat polymer feed pump. The sensor shall be of the thermal type. The
sensor shall place the polymer pump on standby i� loss of polymer flow is detected.
Loss of polymer fiow shall require a manual system restart.
2.03 TECHNICAL DATA
A. Connections
The plumbing connections shall adhere to the fol:owing.
a. Dilution water inlet 1° - 1-1/2" CPVC FNP °�
b. Neat polymer inlet, Supplied Tubing
c. Solution discharge, 1" - 1-1/2" CPVC FNPT
d. Contractor shall coordinate all piping fittings with polymer equipment.
2. The electrical connections shall adhere to the following.
POLYMER BLENDING UNIT 46 33 33- 6 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
a. Standard, grounded male plug — 120 / 1/ 60, 15 amps
b. Plug in connection — 4-20 mA signal input
c. Terminal blocks — dry contact input for remote start
B. Materials of Construction
1. Skid - 316 SST 1'h " to 3" structural tubing welded frame
a. Skid shall be designed for fork lifting and shall have holes for mounting to a
concrete pad.
b. Skid shall be designed for component accessibility (pump, control panel,
mixing chamber, valves, and rotameters) from front of the skid for
maintenance access.
2. Plumbing — CPVC, except for valves and appurtenances as specified.
3. Mixing chamber — PVC or CPVC
4. All piping and valves shall be mounted with rigid 316 SST pipe clamps.
5. All electrical wiring and conduits shali conform at a minimum to the requirements of
Division 26.
C. Design
1. The units shall have the following performance standards.
a. Dilution water — 100 - 1200 gph primary mixing
100 - 1200 gph post dilution
b. Peristaltic pump — 0.20 — 4.0 gph neat polymer
Maximum discharge pressure 60 psi
2.04 CONTROLS I/O NARRAVITE
A. General - The existing three polymer units are to be replaced. Four new units are being
installed. These units will provide polymer to the three gravity belt thickeners as follows:
1. There is a two position selector switch on each GBT Main Control Panel that
identifies which polymer unit is to feed that GBT. The isolation vaives that direct
polymer flow are manually adjusted.
2. There is a three position LOR switch on each Polymer Control Panel
a. In the "Off' mode, the polymer unit is non-operational.
b. In the "Local" mode, the Plant Operator shall start/stop the polymer unit and
adjust the speed of the chemical pump to run at a fixed speed. Also, the
polymer unit shall have a calibration column to calibrate the polymer pump
POLYMER BLENDING UNIT 46 33 33- 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
utilizing the draw-down test. The volume �er revolution rate shall be a set-
point in the DCS system in the flow pacina calculation.
c. In the "Remote" mode, the polymer unit shall start/stop and operate based on
signals from the Plant Distributed Control �ystem (DCS).
3. The Polymer Control Panel shall have a control system included that shall be
configured by the Polymer Skid Manufacturer. However, all I/O points between
the Polymer Control Panel and the Plant DCS shall be hardwired. These points
shall be terminated in the Plant PLC-M2, howeve!� ail control logic shall be
configured in the Ovation DCS.
4. All programming of the Ovation DCS, PLC-M2, and top end graphical user
interface shall be done by the Owner. Controls system functional tests shall be
perFormed by the Contractor.
B. Local Manual Mode I/O
1. General - When the Polymer Control Panel LOR switch is in Local, the Plant DCS
shall monitor the running status of the polymer unit but not control it.
2. I/O Points. There are a number of I/O points that are wired from the Polymer Unit
to PLC-M2. These points are read by the Plant DCS at all times, regardless of in
which mode the polymer unit is operating. The ta�le below shows these points.
C. Remote Mode(s)
General - When the Polymer Control Panel LOR switch is in Remote, the Plant
DCS shall provide the pump speed for the polymer blending unit. The Plant DCS
shall be configured to have two different modes for use only when the Polymer
Unit is in Remote
D. Remote Manual Mode I/O
1. General - When the Polymer Control Panel LOR �witch is in Remote and the
Plant DCS places the polymer unit in Manual, the Plant Operator shall set a fixed
chemical pump speed command to the polymer c;nit.
2. I/O Points. There are a number of I/O points that are wired from PLC-M2 to the
polymer unit for use in Remote Manual. The table below shows these points.
E. Remote Automatic (Flow Paced) Mode I/O
POLYMER BLENDING UNIT 46 33 33- 8 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1. General - When the Polymer Control Panel LOR switch is in Remote and the
Plant DCS places the polymer unit in Auto, the Plant Operator shall set a dosage
setpoint (gallons of neat polymer per gallons of sludge) that shall be used along
with sludge flow by the polymer unit in a flow paced operation.
2. I/O Points. There are a number of I/O points that are wired from PLC-M2 to the
polymer unit for use in Remote Automatic (flow paced) mode. The table below
shows these points.
2.05 TOOLS, SUPPLIES AND SPARE PARTS
A. 2 year supply of spare pump tubing for each pump supplied.
PART 3 -- EXECUTION
3.01 INSTALLATION
A. The equipment shall be installed per the contract documents and manufacturer's
recommendations.
B. Equipment shall be completely assembled, installed, painted, and approved by the both the
manufacturer's factory representative and the City's Project Representative.
C. Following installation approval, equipment shall be placed in operation underthe supervision
of manufacturer's factory representative. Manufacturer's factory representative shall
subsequently provide written certification of proper equipment installation and operation to
- City's Project Representative.
3.02 DELIVERY, STORAGE, AND HANDLING
A. Contractor shall deliver, handle, store, and protect all equipment in accordance with the
,_ requirements of Section 01 60 00, Materials and Equipment and manufacturer/supplier
recommendations and/or instructions.
B. Contractor shall check packing list for completeness and note any missing items
immediately.
C. Contractor shall inspect equipment and shipping container for damages before accepting
delivery. Make note of the carrier's bill-of-lading the extent of the damage, if any, and notify
the carrier.
D. Store the equipment on firm level surFace in original packing container. Do not store the
" equipment where it may be exposed to extreme temperatures, precipitation, humidity, or
dust. Avoid direct sunlight that could overheat and damage equipment.
POLYMER BLENDING UNIT 46 33 33- 9 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
E. Ensure that all operating and maintenance personnel are �nstructed regarding the contents
of the manual.
3.03 TESTING
A. All testing shall conform to the requirements of Section 11 00 00.
B. All equipment to be supplied as specified herein shall be tested at the factory for correct
operation. Field tests for all equipment shall be ccnducted by the manufacturer's
representative and made over the components complete operating range, from shutoff to
maximum capacity. Results of all perFormance tests, as v�ell as all data taken at the time of
testing, shall be submitted for City's Project Representative review.
C. Certification of all factory testing data and results shal� be submitted for City's Project
Representative review as specified in Section 01 33 00, Submittals.
D. All tests shall be performed in accordance with the requirements of the General Conditions
and Division 1. The following tests are required:
Shop Tests
a. All polymer blending and feed units shall be shop tested and inspected in
accordance with the equipment manufact�rer's standard procedures.
2. Fieid Tests
a. Field tests shall be performed in accordance with the requirements specified
in the General Conditions, Section 11 00 C0 Equipment General Provisions,
and Section 26 05 00, Electrical General i�rovisions.
b. All field testing shali be witnessed by the City's Project Representative.
3.04 FIELD TRAINING
A. Perform equipment start-up and training in accordance w'th the requirements of Section 11
00 00 Equipment General Provisions.
3.05 MANUFACTURER'S FIELD SERVICES
A. Contractor shall provide the services of a qualified manufacturer's technical representative
who shall adequately supervise the installation and testing of all equipmentfurnished under
this Contract and instruct the Owner's operating personnel in its maintenance and operation
as outlined in Section 11 00 00, Equipment General Provisions. At a minimum, the
manufacturer's technical service representative shall prcvide the following field services.
Service Description Maximum Number of Trips Service Duration
Installation 4 2 day
Field Test and Start Up 4 2 day
Owner 08�M traininq 2 2 day
- END OF SECTION -
POLYMER BLENDING UNIT 46 33 33- 10 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
SECTION 46 71 16
GRAVITY BELT THICKENER
" " PART 1 -- GENERAL
1.01 THE REQUIREMENT
A. The Contractor shall furnish, install and place in satisfactory operation one (1) 2.0-meter
width Gravity Belt Thickener (GBT) conforming to the requirements specified herein and
shown on the Contract Drawings. Scope of work shall include all labor, materials,
equipment, related appurtenances and incidentals required for the installation and the
testing.
B. This Section and the Drawings direct attention to certain required features of the equipment,
but do not purport to cover all details entering into its design. Nevertheless, furnish and
install the equipment complete in all details and ready for operation.
C. Electrical motors shall be furnished as part of this work in accordance with the requirements
- of Section 11 05 13, Electric Motors and Division 26.
D. The GBT shall be as manufactured by Andritz Ruthner, Inc. (Arlington, TX, USA), Ashbrook
Simon-Hartley (Houston, TX, USA), Charter Machine Company (Metuchen, NJ, USA) or
BDP Industries Inc. (Greenwich, NY, USA) and no others shall be considered.
1. See Section 00 41 00, Bid Form for additional information and requirements.
1.02 RELATED WORK
A. Concrete work is covered in Division 03.
B. Miscellaneous metals are included in Division 05.
C. The support grating surrounding the GBT is specified in Section 06 74 13.
D. Field painting and coatings are specified in Section 09 91 00.
E. Section 11 00 00 covers the general requirements for equipment.
F. Electrical requirements are specified in Division 26.
G. Mechanical piping and valve requirements are covered in Division 33 and 40.
H. Requirements for pumps are covered in Section 43 21 00.
I. The polymer feed system is specified in Section 46 33 33.
J. Instrumentation is covered in Divisions 25 and 27.
GRAVITY BELT THICKENERS 46 71 16 - 1 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
1.03 SUBMITTALS
A. Shop Drawings, descriptive data, performance characteri�tics, material specifications, piping
and wiring diagrams showing conformance of all equiprr:ent to the Specifications shall be
submitted to the City's Project Representative for his review according to the requirements
listed herein. Shop drawing submittals shall be furnished as specified in Section 01 33 00,
Equipment General Provisions (Section 11 00 00) and in accordance with Division 01 00 00.
B. The Shop Drawing submittals shall conform to the following requirements:
Where the manufacturer's publications in the form of catalogs, brochures,
illustrations, or other data sheets are submitted in conjunction with prepared Shop
Drawings, such submission shall specifically indicate the item for which approval is
requested. Identification of these items shall be made in ink. Submissions showing
only general information are not acceptable.
The GBT manufacturer shall prepare and submit process and instrumentation
diagrams in accordance with ISA format and ir.terconnecting wiring and control
ladder diagrams in accordance with JIC formatfor all equipment, instruments, control
panels, etc., furnished under this section, and fcr all instruments and controls for
which functional descriptions are provided.
3. All submittals shall be neatly bound, dated, pr�perly labeled. Each part of the
submittal shall be marked and tabulated with a table of contents summarizing the
information provided in each tabbed section of �,he submittal. Each submittal, as
described below, shall be a submitted as a single complete package and shall
include all the information requested in the subm,ttal.
C. The following detailed submittal information shall be provided in order to evaluate
compliance with the requirements of these specifications:
Manufacturer's Performance Affidavit. Submittals received withoutthe Performance
Affidavit shall be considered incomplete and sha�l be returned without review until
submitted with a properly executed performance affidavit.
2. Manufacturer's statement listing specific exceptions taken�, or deviations, from the
requirements of this specification. Exceptions and deviations taken shall be
referenced to the applicable section of the specif cations.
3. Complete and current listing of all operating gravity belt thickeners, which define the
manufacturer's experience. Include proof of successful operation of equipment of
same capacity in full-scale operation thickeninc similar sludge. Include a list of
contact names, phone numbers and date of insta!lation. A certification outlining the
manufacturer's ability to furnish repair and mainte�ance services as required by the
City. The location of the nearest service provide� and their capabilities should be
provided.
4. Color photographs of thickeners similarto those to be furnished.
GRAVITY BELT THICKENERS 46 71 16 - 2 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
5. Complete dimensional drawings, to scale, of the proposed equipment, including
anciliary equipment, to be furnished underthis Specification. Drawings shall include
materials of construction specifications, equipment wet and dry weights, foundation
and support locations, locations of piping and electricai connections. Certified
erection drawings showing ail important details of construction and operation.
6. Information on field erection requirements, including total weight of assembled
components, weight of the single largest component that will require removal during
the life of the unit and gross operating weight.
7. Structural calculations, as specified elsewhere herein, demonstrating compliance
with the structural frame design specification requirements. Ail calculations shall be
prepared by a Professional Engineer registered in the State of Texas.
8. For the baseplate of the thickener, furnish the loads including all horizontai and
vertical components as follows:
1. Dead loads due to unit weight empty.
2. Dead loads due to unit weight full of sludge, drain pans full and similar
circumstances.
3. Dynamic loads.
4. Combination of 2. and 3. Above.
5. Extraordinary loads exerted during belt changing procedures.
9. Details of the coating system proposed for the structural frame, rolls and other
metailic components.
10. Details of the sludge/polymer mixing assembly.
11. Details of the gravity drainage system; Including, but not limited to, the iniet feed
chute, belt support methods, filtrate drainage collection system and calculations
showing determination of the gravity drainage working area.
12. Details of the belt drive assembly. inciuding belt speed range, drive configuration,
speed reduction equipment, drive motor nameplate data.
13. Details of the belt tracking and tensioning system including process schematics,
process and instrumentation diagrams, utility requirements, pneumatic and/or
hydraulic components, valves, piping and related control devices to be furnished.
14. Details on the belt changing procedures including the size of the largest component
to be removed or lifted and the time (manhours) estimated to do a belt change.
15. Details of the belt washing station(s). including washwater supplyflow and pressure
requirements.
GRAVITY BELT THICKENERS 46 71 16 - 3 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
16. Details of the roller assemblies. Including type or method of fabrication, materials of
construction, roller dimensions and deflection calculations as described elsewhere
herein, and roller coatings. Provide confirmatior: that all rollers can be removed
within the space provided.
17. Details of the bearing assemblies. Including beGring manufacturer, bearing type,
bearing housing, bearing materiais of construction, and American Bearing
Manufacturers Association (ABMA) L-10 bearing life calculations.
18. Details of electrical components including enclosures and machine mounted
components.
19. Control Panel data to include:
1. Dimensional elevations and layout details.
2. Materials of construction.
3. Brand names, catalog literature and perFormance requirements on all
included devices such as, but not limited io:
a. Fused disconnects
b. Motor starters
c. Terminal blocks
d. SCR controllers
e. Alarm
f. All switches and lights
g. Timers, relays and related equipm�nt
h. Power distribution
i. Full load current draw
j. List of all terminations required to receive inputs from remote
sources, or transmit output signals to remote sources.
4. Detailed information for the instrumentat:on and control systems shall be
provided. Submittals shall comply with Division 40, Process Integration.
20. Nameplate data for each electric motor proposed to be furnished with the GBT
equipment package. Including, but not limited to, the main drive motor, washwater
pump motor, and hydraulic/pneumatic system cor�ponents. Nameplate shall include
the total connected horsepower and operating hcrsepower for each motor.
GRAVITY BELT THICKENERS 46 71 16 - 4 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
21. Wiring diagrams of field connections with identification of terminations between the
local control panel, junction boxes, equipment items, instrument devices, control
systems, etc.
22. A complete electrical schematic and ladder diagrams for power and control circuits.
23. List of spare parts to be furnished with the equipment as described elsewhere
herein. The spare parts listing shall include spare parts pricing foreach item. Pricing
to be firm for 18-months from date of delivery.
D. Copies of the Operation and Maintenance Manual shall be provided by the equipment
manufacturer prior to shipment of the equipment from the factory (or earlier) to the project
site. Manuals that describe general information on the manufacturer's complete line of
equipment will not be acceptable. Operation and Maintenance Manual shall complywith the
requirements of Division 01. The Operation and Maintenance Manual shall inciude:
1. Copies of the approved shop and installation drawings.
2. A specific and general description of the overall GBT system operation to include the
integration of all of the ancillary equipment, key elements for proper operation and
adjustment of the system.
3. All necessary information on support and drive equipment such as couplings, speed
reducers, motors, etc.
4. An illustrated spare parts breakdown on all component equipment items and the
manufacturer's recommended spare parts listing.
_ 5. Dimensional data for items readily manufactured or required locally from a
competent machine shop such as shafts, bearings, etc., shall be provided.
6. A detailed summary of manufacturer's recommended maintenance and lubrication
requirements shall be provided for each individual piece of equipment, including all
component parts which may require routine servicing or lubrication. The lubrication
schedule shall include a detailed lubricant specification on the recommended
--- lubricants (as to grade and type) for use with the dewatering equipment.
7. Detailed instructions concerning tests for process troubleshooting, optimization and
operation and maintenance training shali be included.
8. Detailed information forthe instrumentation and control systems shall be provided.
1.04 CONDITIONS OF SERVICE AND DESIGN PARAMETERS
A. The GBT shall be designed to thicken raw, undigested waste activated (secondary) sludge
(WAS) or high rate clarification (HRC Sludge) under the following conditions:
GRAVI7Y BELT THICKENERS 46 71 16 - 5 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
WAS HRC Sludge
Ran�e Range
a. Temperature 50°F — 100°F 50°F — 100°F
b. Feed Solids Concentration (by weight) 0.5% - 1.5% 0.5% - 3.0%
c. pH 6.0-10.0 6.0-10.0
B. The gravity belt thickeners shall be designed for operatior� on HRC sludge containing up to
10 percent sand by volume.
C. The gravity belt thickener shall have a maximum conne�ted electrical load, based upon
motor nameplate data, of 3 HP, excluding the washwater pump, hydraulic pump (if required)
or air compressor. Power supply to motor shall be 480 Volt, 3 phase.
D. The washwater pump shall require not more than 50 gpm at a pressure of not more than 50
psi (line pressure from the plant water system will be a minimum of 55 psi ahead of the
strainer). Power supply to the pump shall be 480 Volt, 3 phase.
E. The belt speed shall not be varied during acceptance testing in order to satisfy the above
test conditions.
F. The thickener shall be designed to assure easy disassembly of all components, including
the removal of all rollers and to provide easy access for all maintenance including
lubrication, equipment inspection and adjustment and re�lacement of all parts.
G. Corresponding parts of multiple units or components shall be interchangeable.
H. It is the GBT Manufacturer's responsibility to confirm that each individual polymer feed
system will provide sufficient polymer to the gravity belt th`ckener. The design performance
of the polymer system is provided in Section 46 33 33.
1.05 MANUFACTURER'S PERFORMANCE GUARANTEE
A. The GBT manufacturer shall by submittal of a Performa�ce Affidavit have guaranteed in
writing performance capabilities as specified herein bas�d on the specified conditions of
service and design parameters.
B. If the equipment fails to perform as guaranteed, the manufacturer shall modify the
equipment or provide additional operational assistance as required to meet the specified
performance without additional cost to the Owner.
C. In the eventthat the performance requirements cannot be achieved within 90-calendar days
of the first performance trial, the GBT manufacturer shall �rovide payment to the Ownerfor
failure to achieve the performance requirements as specif�ed elsewhere in this specification.
D. When thickening raw, undigested waste activated (secondary) sludge (WAS) the equipment
manufacturer shall guarantee system performance as foilows:
1. The GBT equipment shali operate in either hydraulic loading rate (HLR) or solids
loading rate (SLR) controlled operation dependinc. on the feed solids concentration.
GRAVITY BELT THICKENERS 46 71 16 - 6 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
2. At a feed solids concentration less than or equal to 0.6 percent (<_0.6%) the GBT
shall operate in HLR controlled operation. When operating in the HLR controlled
mode, the GBT shall process at least 500 gallons per minute (HLR = 250
gpm/meter) and SLR may vary based on the feed solids concentration when
operating at/above the minimum HLR.
_ 3. At a feed solids concentration greater than 0.6 percent (>0.6%) the GBT shall
operate in SLR controlled operation. When operating in the SLR controlled mode,
the GBT shall process at least 1,500 pound per hour (SLR = 750 Ib/hr-meter) and
HLR may vary to based on the feed solids concentration when operating at/above
the minimum SLR. The relationship between feed solids concentration and minimum
H�R for WAS is defined in Figure 1 in Attachment A to this specification.
4. Regardless of the operating mode (HLR or SLR controlled) the GBT shall produce a
thickened waste activated sludge (TWAS) with a concentration greater than 4.5
percent total solids (by weight).
5. Regardless of the operating mode (HLR or SLR controlled) the GBT shall achieve
capture efficiency of greater than 95%
6. Regardless of the operating mode (HLR or SLR controlled) the GBT shall have a
polymer dose rate of less than 15.0 pounds active polymer solids per dry ton of
solids feed applied to the GBT. Polymer dose shall be caiculated based on polymer
feed rate, polymer active fraction, and the polymer solids concentration.
7. Regardless of the operating mode (HLR or SLR controlled) the GBT shall achieve
the thickened solids concentration, capture efficiency, and polymer dose rate
performance criteria simultaneously.
E. When thickening raw, un-digested high rate clarifier (HRC) sludge the equipment
manufacturer shall guarantee system performance as follows:
The GBT equipment shall operate in either hydraulic loading rate (H�R) or solids
loading rate (SLR) controlled operation depending on the feed solids concentration.
2. At a feed solids concentration less than or equal to 1.5 percent (<_1.5%) the GBT
shall operate in HLR controlled operation. When operating in the HLR controlled
mode, the GBT shall process at least 500 gallons per minute (HLR = 250
gpm/meter) and SLR may vary based on the feed solids concentration when
operating at/above the minimum HLR.
3. At a feed solids concentration greater than 1.5 percent (>1.5%) the GBT shall
operate in SLR controlled operation. When operating in the SLR controlled mode,
the GBT shail process at least 1,500 pound per hour (SLR = 750 Ib/hr-meter) and
HLR may vary to based on the feed solids concentration when operating at/above
the minimum SLR. The relationship between feed solids concentration and minimum
HLR for HRC Sludge is defined in Figure 2 in Attachment A to this specification.
GRAVITY BELT THICKENERS 46 71 16 - 7 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
4. Regardless of the operating mode (HLR or SLR controlled) the GBT shall produce a
thickened HRC sludge (THRCS) with a concentration greater than 4.5 percent total
solids (by weight).
5. Regardless of the operating mode (HLR or SLR controlled) the GBT shall achieve
capture efficiency of greater than 95%
6. Regardless of the operating mode (HLR or SLR controlled) the GBT shall have a
polymer dose rate of less than 8.0 pounds active polymer solids per dry ton of solids
feed applied to the GBT. Polymer dose shall be calculated based on polymer feed
rate, polymer active fraction, and the polymer sol:ds concentration.
Regardless of the operating mode (HLR or SLR controlled) the GBT shall achieve
the thickened solids concentration, capture efficiency, and polymer dose rate
perFormance criteria simultaneously.
1.06 MANUFACTURER'S EQUIPMENT WARRANTY
A. Warranty and guarantee shail be as specified in Section 11 00 00. The GBT manufacturer
shall warranty in writing the equipment furnished under this specification, with exception of
the belts, in accordance with Section 11 00 00. All costs for labor and replacement parts
required to repairthe units due to equipment malfunction during the warranty period shall be
included in the quoted price for this equipment.
B. The GBT manufacturer shall warranty, in writing to the Owner, the belt life of each belt
furnished will not be less than 4,000 operating hours, or twenty-four (24) months from
successful completion of perFormance testing and subsequent acceptance by the Owner,
whichever is of greater duration. Ali costs for replacement belts required to repairworn belts
during the warranty period will be considered to have been included in the quoted price for
this equipment.
C. Any required warranty replacement of the belt must be wiihin twenty-four (24) hours or less
from the time of contact by the Owner.
PART 2— PRODUCTS AND EQUIPMENT
2.01 GENERAL
A. The thickening units shall be of the continuous duty Gravity Belt Thickener (GBT) type and
shall be capable of satisfactorily operating under the conditions described in this
Specification. It is the intent of these Specifications to obtain a complete working GBT
installation and it shall be understood that all necessar}f appurtenant equipment (control
panels, etc.) required for proper operation of the thickening unit shall be furnished as
described in these Specifications.
B. All materials shall be new and both workmanship and material shall be of the very best
quality, entirely suitable for the service to which they are �o be subjected. The material and
design requirements of the unit as specified shall be i;nderstood to establish minimum
GRAVITY BELT THICKENERS 46 71 16 - 8 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
requirements only. Materials shall be suitable for an enclosed, corrosive, wastewater
treatment residuals processing and humid environmenttypical ofthe southern United States.
C. The GBT shall consist of, but not be limited to, a sludge inlet assembly, gravity zone, belt,
doctor blades, belt rollers, belt tensioning devices, belt tracking controls, belt washes, belt
drive unit, frame assembly, controls, polymer injector and inline variable orifice
sludge/polymer blender.
D. The sludge inlet assembly shall consist of a sludge inlet pipe and a distribution assemblyfor
evenly applying the sludge to the entire belt width in the gravity zone.
E. In the gravity zone, the thickening shall be by gravity through the belt. Leakage seals shall
be provided on the sides and ends of the thickener so as to contain the sludge as it passes
through the thickener and thereby prevent leakage and spillage. Troughs and pans shall be
provided for the collection of filtrate from the units.
F. The belts shall be woven of high strength, high quality polyester to permit optimum
conditions forthickening through the material, but retaining the solids forthe formation of the
thickened sludge slurry. Doctor blades shall be provided for removing the thickened sludge
slurry from the belt. Belt tensioning devices shall be provided to adjust the beit tension
during operation. Belt tracking devices shall be provided to keep the belt centered on the
rollers. Belt washes shall be provided for cleaning the belt after thickened sludge discharge.
The belt shall be driven by a variable speed drive unit as specified herein.
G. All operating devices and maintenance related items (i.e., belt drive motor, chicane lifting
handle, doctor blades, GBT Local Junction Box, dewatering ramp adjustment, etc.) shall be
accessible from the floor and grating area adjacent to the unit.
H. The new GBT shall fit the existing mounting and support locations and shall not exceed the
allowable loading to the existing floor slab. Equipment manufacturer and Contractor shall
make all investigations necessary to confirm support locations and existing floor slab loading
limitations priorto installation of the equipment. Results ofthese investigations, including all
necessary calculations, and a certification that the proposed equipment will allow for
sufficient access around the equipment, will be properly supported by the existing or
modified support locations and will not exceed allowabie slab loadings shall be submitted to
the Owner for reference, but shall not be reviewed. Any modifications to the support
locations or the existing floor slab required to properly support the new GBT shall not result
in additional costs to the Owner.
2.02 GENERA� EQUIPMENT DESIGN AND FABRICATION
A. All equipment shall be of rugged construction and of sufficient strength to withstand all
stresses that may occur during fabrication, testing, transportation, installation and all
conditions of operation.
B. The manufacturer's shop welding procedures, weiders, and welding operators shall be
qualified and certified in accordance with the requirement of AWS D1.1 "Structural Welding
Code - Steel" orAWS D1.2 "Structural Welding Code - Aluminum" of the American Welding
Society, as applicable.
GRAVITY BELT THICKENERS 46 71 16 - 9 VCWRF GBT Addition
City Project No. 01847
__ Hazen and Sawyer Project No. 60000-000
C. All bearings and moving parts shall be adequately protected against wear by bushings or
other approved means.
D. Provision shall be made for appropriate lubrication of b�arings and other rotating parts.
Grease fittings, where provided, shail be standardized and readily accessible from the
exterior of the GBT. Grease fittings on all mechanical equipment furnished under this
specification shall be such that they can be serviced v�rith a single type of grease gun.
Grease fittings shall be of the hydraulic type by Alemite0.
E. Details shall be designed for appearance as well as uiility. Protruding members, joints,
corners, gear covers, etc., shall be finished in appearance. All exposed welds on machinery
shall be ground smooth and the corners of structural sha�es shall be rounded or chamfered.
F. Machinery parts shall conform within allowable tolerances to the dimensions shown on the
working drawings. The corresponding parts of identical machines shall be made
interchangeable.
G. All machinery and equipment shall be safeguarded in accordance with the safety codes of
the USA and the State of Texas. All rotating shafts, couplings or other moving pieces of
equipment shall be provided with suitable protective guards of fiberglass or other corrosion
resistant materials neatly and rigidly supported. Guards shall be removable as required to
provide access for repairs.
H. All equipment greater than 100 pounds shall have lifting lugs, eyebolts, etc., for ease of
lifting, without damage or undue stress exerted on its co.�nponents.
Each piece of equipment shall be provided with a substantial brass or stainless steel
nameplate, securely fastened in a conspicuous place and clearly inscribed with the
manufacturer's name, year of manufacture, serial number and principal rating data. Name
plates shall not be painted over.
All materials and construction shall conform to the current and appropriate ASTM standards.
2.03 COMPONENT SPECIFICATIONS
A. Structural Frame
ada 2 1. The structural frame shall be fabricated of ��e-of the following:
a ............................A�S ��Jd -,4-�6 _ steel...-sir-��tu ra.d.....rxa e m b�rs.._.�.r d.....p l aies......,4.�.�.....steel.....�n em b ea-s - a� d
�I�*.,�s-sk���d-b�.,�lean��id-c-oa-te�-after-f� br-ica�iori-w�th-a-�i�h-g��e-h�t di�
ga���r-ai�ed finish-of 6 cnal-rner�ir��� �hickr�ess: See ����ioz� 2.�3:P f�t�-surface
p�ra�e �,�d-�� � i,� g-r-ec�a r-e r,^ e-r ts :
b:---^�T^�! ,�,-5�9-G�����-B te��;a-�,--aaf-la��la>�-s-t���t-�-r-�-I-st-�e! *�b��: A�!-s*eed
��aws-�,-^d-�!a#-�s-s"a!,-"�,,�l�-r�-��a� �����-aft�,rf-�br-;�t's�����u;Yh-a-h.yh.
g�-hot dip-g��,r���d fin�sh--o#--5� ,m�{-,r�i-�ir-�a� t-h;��r�ss—S�,����#���-
�:�3: -P—for-s�-,����-�� Q��;-a�:��-a�,a�-�c�ti-� y-r-���i ��e-r,.s:
a. ASTM A-276, Type 316L stainless steel �tructural shapes and plates.
GRAVITY BELT THICKENERS 46 71 16 - 10 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Stainless steei components shall not require additional coating.
2. The structural frame and plates shall be designed to accommodate all static and
-- dynamic loads associated with equipment transportation, lifting, placement and
operation with a liberal factor of safety (>4.0) and without deflection in excess of 0.10
inch under the maximum loading condition.
3. The frame shall be welded and bolted construction with no disassembled component
weighing more than 2000 Ibs and lifting lugs shall be provided on all sections. All
connections shall be designed with a minimum safety factor of 4.0. Lifting lugs shall
be provided to afford convenient access to maintenance points through the
thickener.
4. The frame shall be designed and fabricated to operate continuously at a belttension
of 50 pounds per linear inch (PLI) and not exceed 1/10 of the yield stress of the
frame material or exceed a roller mid-span deflection of 0.05 inches.
5. Certified design calculations, stamped by a registered professional engineer in the
State of Texas, to indicate interactive joint loads, deflections and stresses generated
during operation shall be submitted by the equipment manufacturer.
6. The frame shall be designed for easy access and visual contact of all internal
components. The frame shall incorporate a Type 316 stainless steel filtrate collection
pan and provide for separate collection of filtrate. The frame shali provide holes for
foundation bolts and lifting eyes for movement by crane.
7. All remaining steel components in contact with the sludge orthe filtrate shall be Type
316 stainless steel except as specifically noted elsewhere. Gaivanized and epoxy
finished steel shall not be allowed except as specifically noted.
B. In-Line Polymer/Sludge Mixer
1. Each gravity belt thickener shall be provided with an in-line sludge/polymer mixerfor
mixing of the feed sludge with conditioning polymer prior to dewatering. The in-line
sludge/polymer mixer shall be of the variable orifice venturi type. Static mixers with
stationary baffles or tanks with mechanical mixers shall not be acceptable.
2. The mixer shall be provided for installation upstream of the gravity belt thickener in
the location shown on the Drawings. Contractor shall be responsible for any
modifications to the existing piping necessary to accommodate the polymer injection
and mixing unit. The gravity belt thickener manufacturer shall furnish one (1) spool
-- piece, equal in laying length to the mixing valve assembly, under this scope of
supply.
3. The equipment manufacturer shall be responsible forthe mixing system forvarying
the flocculation time and uniformly distributing sludge on the beltto achieve specified
perFormance.
GRAVITY BELT THICKENERS 46 71 16 - 11 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
4. Each sludge/polymer mixer assembly shall include an inline four (4) port UHMW
polyethylene polymer injection ring, flow splitting manifold, tubing (as required) and
fittings (as required) between the injection ring ane manifold. Each polymer injection
ring shall inject polymer at a minimum offour (4) points located 90° apart around the
circumference of the ring. The inside diameter of ��he ring shall not be less than the
inside diameter of the sludge feed piping. Each po ymer injection port shall be 1/2" in
diameter
5. If a flow splitting manifold and tubing is utilized, the tubing shall be a 5/8" I.D.
transparent tube which shall connect with each o�` the four (4) ports located on the
flow splitting manifold.
6. The polymerfeed connection on the injection ring orflow splitting manifold shall be
suitable for connection to a 1-inch diameter �olymer feed pipe manifold. All
necessary fittings for this connection shall be pro�rided by the Contractor.
7. The mixer shall be constructed of 316L stainless steel and provided with a check
valve type flapper with an external adjustable stop nut and counterweight. The mixer
shall be equipped with ANSI compatibie flanges a: each end and a removable side
plate for inspection and cleaning. Any bearings srali be located so that they do not
come into contact with polymer solution or conditioned sludge. Any shafts shall be
provided with seals to prevent leakage.
8. Pressure drop through the in-line mixer shall no� exceed 15 psi at the maximum
design flow (500 gallons per minute).
C. Inlet Piping and Distribution Devices
The thickener shall be equipped with a Type 316 s",ainless steel inlet and distribution
chute which shall gently and evenly discharge conditioned sludge to the gravity
drainage section of the thickener. The perimeter cf this assembly shall be provided
with a skirt to prevent spillage or splashing from the box.
2. The manufacturer shall coordinate with Contractor to provide all necessary piping
and supports to connect the sludge feed line to t��e sludge conditioning device as
shown on the Drawings and as specified elsewhere in these Specifications.
D. Filtrate Collection
The GBT shall be provided with a filtrate drainage collection system to collect and
pipe all filtrate to a common drain point.
2. Adequate connection(s) shall be provided to allow for sampling filtrate from the
machine prior to discharge to the building drain s�stem.
3. The filtrate collection pan, or pans, shall be fa�ricated of 14 gauge (minimum
thickness), Type 316 stainless steel. The filtrate collection pan, or pans, shall extend
beyond the width of the belt on both sides of the G3T and have a minimum depth of
2 inches on all sides.
GRAVITY BELT THICKENERS 46 71 16 - 12 VCWRF GBT Addition
City Project No. 01847
Hazen artd Sawyer Project No. 60000-000
4. The filtrate collection pan, or pans, shall be provided with a flanged outlet located at
the collection pan low point. The Contractor shali be responsible for providing and
installing piping from the flanged outlet to the floordrain system. The Contractorshall
provide Schedule 5, Type 316 stainless steel or Schedule 40 PVC drainage piping.
Drainage piping from the GBT shall be extended to within 12 inches of the floor
drain. The Contractor shall provide all brackets and supports as required for
mounting drainage piping.
E. Gravity Thickening Section
The equipment shall be equipped with a gravity thickening section which shall allow
free water drainage from the flocculated sludge. The use of auxiliary vacuum
equipment is not acceptable.
2. Belt type gravity sections shall be provided with an inlet distributor system to evenly
distribute conditioned siudge over the moving belt.
3. The gravity section shall have side barriers equipped with replaceable rubber or
urethane seals to contain the sludge blanket and prevent seal wear and belt wear.
4. A series of dispersion devices (a minimum of eight rows with at least three devices
per row) such as piows and chicanes shall be provided which will facilitate the
removal of excess water from the feed stream. These devices shall be fabricated of
Type 316 stainless steel, FRP or high density polyethylene (or another corrosion
resistant material that is not abrasive to the belt) and their locations shall be
adjustable. They shall also be easily removable. The devices shall be of sufficient
strength to prevent the devices from deflecting and/or breaking under high loadings.
A Type 316 stainless steel lifting handie shall be provided so that the plows can be
easily raised for cleaning and balanced to stay in the raised position. All support bars
and hardware shall be fabricated of Type 316 stainless steel. Hot dipped galvanized
cast iron plow holders are not acceptable.
The lifting handle shall be provided for each row of plows to accommodate cleaning
and plow access. Each plow shall be movable along the cross bars and locked into
position.
6. The belt, while in the gravity dewatering section, shall ride on top and be supported
by a Type 316 stainless steel slotted grid plate with high density polyethylene wear
strips or molded fiberglass at least 2-inches wider than the belt and designed to
minimize wear. Rollers for support of the gravity zone will not be allowed.
The gravity zone shall provide a minimum of 53 square feet of filtration area per
meter of operating belt width.
F. Adjustable Dewatering Ramp or Dam
1. A manually adjustable dewatering ramp, dam or pressure plate shall be provided for
additional shearing and thickening of the solids prior to discharge. The dewatering
ramp, dam or pressure plate shall be located just forward of the point where the belt
- meets the return roller and shall extend the full width of the beit. If a ramp
configuration, the angie of incidence relative to the horizontal belt shall be adjustable
GRAVITY BELT THICKENERS 46 71 16 - 13 VCWRF GBT Addition
City Project No. 01847
_ Hazen and Sawyer Project No. 60000-000
from ten (10) to forty-five (45) degrees. Dam or p-essure plate configurations shall
also allow for adjustment to vary the level of additional thickening provided. The
adjustment shall only require one person to complete.
2. The ramp, dam or pressure plate shall be designed to withstand full loading without
visible bending or deformation and supports shail be attached to the frame of the
machine. The ramp, dam or pressure plate shall be pivoted such that it can be lifted
for cleaning. Materials of construction shall be Typ� 316 stainless steel, polyethylene
and/or polyurethane.
G. Belt Drive
The GBT manufacturer shall provide a belt drive system capable of varying belt
speed across at least a 8:1 operating range (7.5-60 Hz). Belt speed control will be
from the Gravity Belt Thickener control panels (GBTMCP No. 3 and GBTLCP No. 3).
Speeds shall be adjustable while the machine is running without interrupting the
sludge thickening operation. The drive unit shall have infinite varying capabilities
over the full operating speed range. A local belt s�eed indicator in units of feet/min
shall be provided at the thickener control panel. The belt drive assembly shall consist
of a gear motor integraily mounted to the thickener frame.
2. The drive assembly shail not be positioned in any area that is not readily accessible
for maintenance or subjects the drive assembly �o excessive moisture conditions
during operations. All drive components and elec�rical devices shall be completely
watertight to prevent damage during equipment wash down. All exposed couplings,
drives, etc. shail be provided with guards in accordance with OSHA requirements.
Drive rollers shall be surfaced with a rubber coating selected to permit slip-free
transmission of driving torque to the belt. All drive rollers shall be coupled together,
with the drive motors, by means of gears, direct drive or chain and sprocket with
suitable chain guard.
The drive motor shall be inverter duty type, designed forvariable frequency operation
and suitable for the equipment manufacturer's ful: range of operating conditions as
related to speed and torque. The drive motor shall be totally enclosed fan cooled and
equipped with embedded motor winding tempe�ature switches and comply with
Section 11 05 13, Electric Motors and Section 26 05 00, Electrical General
Provisions as applicable. The total connected crive motor horsepower shall not
exceed 3.0 HP. The drive motor shall have a maximum speed of 1,800-rpm and shall
be provided with a gear type speed reducer. The gear reducer shall be the shaft
mount type with helical-bevel gearing conforming to AGMA 6013-A06. Drive gear
reducer shall be designed for a minimum service factor of 1.50.
4. Drive motor shall have an electric space heater conforming to the requirements of
Section 11 05 13, Electric Motors.
H. Filter Media (Filter Belt)
The belt shall be of a material type and opening size as recommended by the
equipment manufacturer for the type of sludges to be thickened. Belt type and weave
selection by the equipment manufacturer shall be for optimum thickening
GRAVITY BELT THICKENERS 46 71 16 - 14 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
performance and minimum binding of the filter belt.
2. The belt shall be fabricated of a monofilament polyester material with stain less steel
splicing devices. The belt splice shall be a low profile, clipper type seam and shall
not interfere with operation of the doctor blade. The belt and connection splice shall
be designed for a minimum tensile strength equal to five (5) times the normal
maximum dynamic tension to which the belt shall be subjected. The seam shall be
designed to fail before the belt
-- 3. The belt shall be heat set, and all belt edges shall be double reinforced with 1/2-inch
plastic band. Belt edges that are heat-sealed only shall not be acceptable. The belt
shall be pre-stretched to limit elongation to less than 3 percent of the overall belt
length.
4. The unit shall be shipped with the belt separate from the machine. One (1) additional
belt per GBT unit shali be provided as spares. The filter belts shall be designed for
ease of replacement with a minimum downtime. All equipment necessary to change
belts by the Owner's staff shall be included in the scope of supply.
Bearings
-- 1. The shafts of drive rollers, belt tracking rollers, belt tensioning rollers and all other
rollers bearing belt tension shall be supported by heavy duty, seif-aligning, greasabie
type, spherical roller bearings housed in a sealed, splash-proof, horizontal split
case, cast closed pillow-block bearing housing. Ball bearings or sleeve bearings
shall not be acceptable. Bearings shail be self-aligning to accommodate angular
misalignment, while rotating under load, sealed to prevent entry of contaminants and
moisture, and mounted in cast iron housings supported on the structural frame.
2. Bearings shall be rated for a minimum ABMA L-10 life of 1,000,000 hours over the
complete range of manufacturer recommended belt speed and belt tension
combinations. The L-10 life shall be based on the summation of all forces applied to
the bearings inciuding, but not limited to, roller mass forces and drive torque induced
belt tension in addition to the belt tension set by the tensioning rollers. Belt tension
zone forces exerted by belt tension on rollers shall be twice the belt tension for each
loading condition (e.g., a minimum 50 pounds per lineal inch (PLI) static load based
on 1 beit x 2 force vectors at 25 PLI per force vector).
3. The GBT manufacturer shall submit bearing life calculations using the latest
ANSI/ABMA Standard 11 protocol. Certified calculations, based on the ABMA
capacityformula, shall be provided showing that all bearings to be furnished comply
with the specified minimum L-10 bearing life under the design loading conditions
specified in the paragraph above. An independent professional engineershall certify
the bearing life caiculations.
4. Bearing housings shall be of cast iron conforming to the requirements of ASTM A48.
The bearing housing shall be provided with two/four mounting bolts and two/four cap
bolts. The bearing housings shall be provided with double or triple labyrinth seals.
The roller side of the bearings shall be sealed to provide the required protection from
moisture, dirt, and sludge, and the outboard side shall be moisture-proof cap sealed.
GRAVITY BE�T THICKENERS 46 71 16 - 15 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
The outer side of the bearing housing shall be solid without an end cap or filler plug.
Bearing housings shall be cleaned, iron phosphatvd, and coated with a Rislan0, or
equal thermoplastic nylon coating, to a minimurn thickness of 10-mils. All other
bearing hardware shall be 316L stainless steel, unless otherwise specified.
Bearings shall be as manufactured by SKF, To:�rington, Dodge, FAG, or equal.
Proprietary bearing assemblies (bearings and/or housings), manufactured by and/or
only available through the GBT manufacturer, shall not be acceptable.
6. Bearings for rollers not subject to beit tension shall be as specified above except that
internal bearing assemblies with self-aligning ball bearings may be used.
7. Grease fittings for all bearings shall be stainless st�el and shall extend to the outside
face of the structural frame and shall be readily accessible from the access platform
utilizing standard grease guns. All bearings shall b� able to be greased while the unit
is in full operation.
Roller Assemblies
The roller assemblies shall consist of 1/2-inch thick (minimum) hot rolled carbon
steel rollers or drums with double plate stub shaft construction or through shaft
construction. Shafts shall be welded or thermally shrink fitted in place. Rolls
designed with through shafts shall have a minimum of five submerged arc welded
support plates.
2. Roller assembly deflection shall not exceed 0.05-inch at the roller mid-span under
maximum loading. Roller stresses shall not exceed one fifth (1 /5) the yield stress of
the material. The manufacturer shall submit cert;fied roller deflection calculations
showing conformance to the Specifications. Roller deflection and yield stress
calculations shall be certified by an independent registered professional engineer in
the State of Texas.
Carbon steel rollers, otherthan drive rollers, shall �ave a minimum 25 mil coating of
nylon, Teflon, polyethylene, or BUNA-N rubber with a Shore Hardness of 75. The
drive rollerforthe belt shall be covered with minimum 1/4-inch thick BUNA-N rubber
lagging with a Shore A Hardness of 92-96. All coa�ings shall be continuous up to the
point of shaft insertion into the bearing.
4. Roller shafts shall have splash deflectors designed to shield shaft bearings from the
sludge. The width of each roller shall be minimum 3-inches wider than the belt. All
rollers shall be statically balanced and machined to ensure total concentricity.
5. Roller assembly shafts shall be direct insertion mounted into the bearings. Bearing
bushings or spacers shall not be allowed to accommodate differential sizes between
shaft and bearing diameter. The roller assembly shaft shall have a minimum
diameter of 50-mm. Larger diameter shafts shall I�e provided if required to achieve
bearing life, yield strength, and/or deflection performance criteria specified
elsewhere.
6. Rollers shall be warranted for a minimum of 3 y�ars from the date of equipment
GRAVITY BELT THICKENERS 46 71 16 - 16 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
acceptance by the Owner.
K. Doctor Blades and Discharge Chute
1. The belt shall be provided with a doctor blade to assist the separation of cake from
the belt at the point of cake discharge. Each doctor blade shall be minimum 3-inches
wider than the belt width and shall be mounted to a Type 316 stainless steel blade
holder.
, 2. The biade shall be replaceable and shail be fabricated of UHMW polyethylene and
shall be readily removable and adjustable. The doctor blade shali be counterweight
tensioned with provisions to adjust the position and force of the doctor blade against
the belt. Each doctor blade assembly shall be designed to allow quick release of the
doctor blade from the belt for inspection and servicing.
3. The GBT shall be equipped with a 14 gage (minimum) thickness 316 stainless steel
discharge chute with a minimum slope of 1:1 to guide discharged thickened sludge
to the existing thickened sludge channel. The discharge chute shall be mounted
independently of the doctor blade assembly. The chute shall have side skirts to
prevent spillage. The discharge chute shall extend below the finished floor elevation.
4. The GBT manufacturer shail review the existing discharge collection system and
confirm that connection of the new GBT will maintain a properworking system forthe
new and the existing thickeners. Any required adjustments must be brought to the
immediate attention of the Owner.
L. Emergency Stop Tagline System
1. An emergency stop tagline/tripcord that activates a switch when pulled shall be
located on each side of the thickener. The trip cord shall be readily accessible from
- the perimeter of the thickener unit. Pull cord lanyards shall be aircraft quality cable
with optical orange coating. Tensioning and connection hardware shall be Type 316
stainless steel. Emergency tagline system shall comply with OSHA requirements.
2. The switch shall be a maintained contact closure with reset. The switch enciosure
shall be NEMA 4X stainless steel, or non-metallic. Activation of this switch shall
interrupt all control power to the gravity belt thickening equipment and activate a
panel mounted alarm horn. The control wiring shall be such that in the event the
emergency cord is pulled, power to the GBT and appurtenant equipment can be
reset only at the GBT vendor control panel by depressing a pushbutton.
3. At least two (2) SPDT auxiliary contact closures shall be provided for remote alarm
indication.
M. Belt Wash Station
1. The belt shail be provided with a belt wash station to clean the full width of the belt
as it returns from the discharge point to the fieed point. The belt wash station shall
include a wash water manifold with spray nozzles that incorporate a bristle brush
system to clean the spray noules during operation.
GRAVITY BELT THICKENERS 46 71 16 - 17 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
The belt wash station shall be furnished with an external hand wheel. A half turn of
the hand wheel shall cause the brush bristles �o enter each spray nozzle and
dislodge any solid particles that have accumulated.
3. The belt wash station shall be enclosed in a Type 316 stainless steel enclosure with
replaceable rubber sealing strips to eliminate stra.y spray and mist. All spray piping
shall be Type 316 stainless steel.
4. Plant water will be reuse water available up to 5C gpm per GBT unit with pressure
ranging between 50 and 75 psi (upstream of tr,e existing automated backwash
strainer). The Manufacturer must provide a wash�.Nater pump capable of using that
input. Equipment requiring a higherflow rate than �0 gpm/unit or more than 100 psig
wili not be acceptable. Operating pressure shall be measured at the entrance to the
wash station manifold.
5. A belt wash station located inside the belt loop shall be furnished. The belt was
system shall be suitable for use with plant filtered effluent water. The washwater
supply pipe and nozzle assembly shall be housec; in a manner that limits the spray
pattern to within the wash station housing. Collection and discharge of washwater
and filtrate streams shall be separate. The seals shall be replaceable without
disassembly of the washwater station.
6. Noule spray will be such that the spray from adjacent nozzles overlap one another,
but do not spray off the unit.
N. Belt Tracking and Tensioning
The thickening belt shail be provided with an inde,�endent belt tracking system and
an independent beittensioning system. The belttracking and tensioning system shall
incorporate either hydraulic or pneumatic actuators. Electric servo systems or
mechanical take up systems shall not be acceptable.
2. The belt tracking system shall automatically anc: continuously monitor, align and
maintain the belt position on the GBT rollers during operation of the equipment. The
belt position shall be monitored by Type 316 s'.ainless steel sensing arms with
tracking roilers or scanning fingers in continuous contact with the belt edges. The
use of limit switches to control belt position adj�stments is not acceptabie. The
alignment system shali operate smoothly and slo✓vly resulting in a minimum of beit
travel from side to side. The sensing arm shall be rnechanically linked to a pilot valve
which controls the hydraulic or pneumatic actuato.�. The actuator shall be connected
to a pivoted belt alignment roller. The pivoted roller shall be continuously adjusted by
the actuatorto maintain proper belt alignment. The alignment roilershall be BUNA-N
or nylon coated.
One limit switch shall be provided on each side of the belt to detect major
misalignment of the belt and to relay an alarm signal and shut down all drives. Each
limit switch shall be housed in a NEMA 4X stainless steel enclosure.
4. The belt tensioning system shall be capable of adjusting belt tension to a maximum
GRAVITY BELT THICKENERS 46 71 16 - 18 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
of 50 pounds per lineal inch of belt width. Belt tension adjustments shall be manually
controlled and shall be capable of being accomplished while the equipment is
operating. The belt tensioning system shall consist of a belt tensioning roller
positioned by hydraulic or pneumatic actuators on each tensioning roiler end and
shall be interlocked using a stainless steel rack and pinion assembly. The operation
of the belt tensioning system shall be designed to ensure simultaneous and parallel
movement of the tensioning roller ends during adjustment and to accommodate up
to 3 percent belt elongation.
5. The belt tensioning system shail be furnished with an individuai control station with
corrosion resistant parts in a NEMA 4X stainless steel enclosure and with indicator
displaying belttension in pounds perlineal inch. �ocal shut-offforthe beltshould be
possible from this control station.
6. Hydraulically operated systems shall include all pump motors, reservoirs, piping and
controls required for complete system operation. All hydraulic housings, pistons and
thrust rods shall be constructed of Type 316 stainless steel. A minimum of one
hydraulic unit per thickener shall be furnished. All integrally mounted hydraulic tubing
shall be Type 316 stainless steel and shali be firmly anchored to the thickenerframe.
All gauges, valves, etc., for the hydraulically operated system shall be located in a
press mounted NEMA 4X stainless steel control panel, readily accessible to the
operator for adjustment and observation.
The pneumatic system shall include all regulators, pressure switches, air dryers,
piping and tubing. Manufacturer shall confirm that the existing compressor is
sufficient for use with the new tensioning system. A thickener mounted pneumatic
panel in a NEMA 4X stainless steel enciosure shall contain all required regulators,
switches, valves, etc. Air piping from the identified point of connection to its
corresponding thickener mounted pneumatic panel shail be provided by the
Contractor and shall be Type 316 stainless steel. Routing of integrally mounted
pneumatic piping shall be as required for system operation and shall be mounted on
the Gravity Belt Thickener frame. Pneumatic tubing from the thickener mounted
pneumatic panel shall be high density polyethylene, or Type 316 stainless steel,
firmly anchored to the thickenerframe and capable of handling at least five (5) times
the normal operating pressure.
8. The motors for the hydraulic/pneumatic system shall operate on a 480VAC, 3 phase,
60 Hz power source and comply with Section 11 05 13, Electric Motors and Section
_ 26 05 00, Basic Electric Requirements. Total additional motor horsepower for the
system shall not exceed 2 HP. The Contractor shali coordinate with the GBT
manufacturer the power and control systems requirements for the additional
hydraulic/pneumatic system components.
O. Gravity Belt Thickener Washwater Pumps
1. Utility water for the belt wash system pump suction shall be available at a suction
pressure ranging between 50 and 75 psi, as measured upstream of the existing
automated backwash strainer. The GBT equipment manufacturer shall provide a
washwater pump for each GBT to boost the water pressure as required for proper
belt washing.
GRAVITY BELT THICKENERS 46 71 16 - 19 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
2. Each washwater pump shall be piped so the pump can be removed from service with
isolation valves and a valved bypass line. The manufacturer shall furnish one (1) low
pressure paddle switch for each GBT belt wash system. The low pressure switch
shall be mounted in the downstream piping of the washwater pump and shall
activate an alarm at the GBTMCP. A solenoid valve shall be provided and installed
on the wash water pump inlet to control wash water to the GBT.
3. The wash water pump shall be a horizontal, sincle stage, end suction centrifugal
pump conforming to ANSI B73.1. The pump shall be driven byTEFC motor designed
to operate on 460 volt, 3 phase, 60 hertz power an� shall comply with Section 11 05
13, Electric Motors and Section 26 05 00, Electrical General Provisions. The
washwater pump horsepower shall be 5 HP, maximum. The Contractor shall
coordinate with the GBT manufacturerthe power �.nd control systems requirements
for the washwater pump.
4. Casing shall be of the verticaliy split, top centerline, self venting design with fully
confined gaskets, tapped and plugged (removGble) gauge and drain opening.
Suction discharge connections shall be 150 Ib /�NSI Standard flat face flanges.
Casing shall be of the foot-supported type and shall be of ductile or cast iron
construction conforming to ASTM A395.
5. Impeller shall be the fully open design with smooth contoured passages designed for
solids handling. Impeller shall be statically and hydraulically balanced. Drilled holes
shall be provided through the impeller hub to balance axial thrust loads and keep
positive pressure on the stuffing box. Impeller shall be keyed and locked to the shaft
with a hex head impeller nut, and shall be easily removable without the use of
speciai tools. Impeller materials shall be eithe� ASTM B-584, C95800 nickel-
aluminum bronze or AISI type 316� stainless steel. A casing wearing ring shail be
provided in the casing at the suction inlet to the im�eller. The wearing ring shall be of
one-piece construction, fabricated of bronze.
6. The stuffing box cover shall be of the same material as the impeller and shall be
designed to enclose the back of the casing. The cover shall be drilled and tapped for
an external sealing water connection. Stuffing boxes shall be furnished with non-
asbestos packing, a Teflon lantern ring and a sp°':it type packing gland to facilitate
packing removal. The gland shall be of Type 316 �tainless steel. Stuffing boxes shall
be completely machined to permit field conversion to a mechanical type steel.
Lantern Rings shall be designed for water sealinc�.
The pump shaft shall be 4140 carbon steel. Shaf; shall be protected in the stuffing
box area by a replaceable shaft sleeve. The shaft sleeve shall be the renewable type
hardened 316 series stainless steel or bronze and shall completely cover the shaft in
such a manner that they do not loosen during operation and the method of
installation shall prevent any leakage between the sleeve and shaft..
8. Gland shail be furnished with threaded vent and drain ports. The lower drain port
shall be furnished with a Type 316 removabie drain plug. The upper vent port shall
be furnished with a Type 316 stainless steel tap and stainless steel tubing to a tap on
the pump discharge casing for flushing water.
GRAVITY BELT THICKENERS 46 71 16 - 20 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
9. The bearing frame shail be rigid, one-piece cast iron construction Frames shall be
provided with a catch basin reservoir with a tapped drain hole to collect and pipe
away stuffing box leakage. Bearings shall be bail type on both ends of the frame.
Both bearings shall be locked in place and be sized to provide long life underthrust
loads encountered. The outboard bearing shall be designed for thrust loads
developed by the pump and designed to keep the impeller centered in the end play
of the wearing ring. Both bearings shall be protected from outside contamination by
labyrinth type oil seais fabricated of bronze.
10. Ball bearings shall be grease lubricated with provisions for the addition and relief of
grease. Bearings shall be designed for an ABMA minimum L-10 life of 100,000
hours.
11. Baseplate shall be cast iron or fabricated Type 316 stainless steel sufficiently rigid
to support the pump and driving motor with tapped hole to pipe away leakage and
condensation.
12. Coupling shall be flexible spacer type. Coupling guards shall be ail metal and
fastened to baseplate and conform to the requirements of ANSI B-15.1. The pump
motor shall be mounted with the pump on the baseplate at pump manufacturer's
plant and shipped as one unit.
13. Washwater pump motor shall have an electric space heater conforming to the
requirements of Section 11 05 13, Electric Motors.
P. Shop Prime Painting
1. General Coating requirements are covered in Section 09 91 00
2. Before exposure to weather, thoroughly clean ferrous components of equ ipment, as
specified below to remove mill scale, dirt, rust, grease and other foreign matter.
3. Duil all sharp corners which will be submerged with a power grinder or other
acceptable method to improve paint or galvanizing adherence.
4. Apply coats or paint filler and enamel to motors, speed reducers and similar parts
customarily finished at shop or use another acceptable treatment suitable for outdoor
service.
5. After cleaning, shop prime all other ferrous metal as specified herein.
6. Before specified shop cleaning, remove all weld splatter, welding flux residue and
burrs and grind smooth rough and uneven weids. Grind down porous welds to
pinhole free metal. Relieve all sharp edges and corner so paint film will not thin out
over them. Except for necessary field welding, perform all welding prior to surFace
preparation and painting. When assembled, item will have areas inaccessible for
painting after assembly.
7. Just before priming, blast-clean ferrous surfaces to be primed, other than motor
GRAVITY BELT THICKENERS 46 71 16 - 21 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
casings speed reducers, etc.
Blast clean other ferrous surfaces to be primed tr:at are submerged or splashed to
near white metal in accordance with SSPC-SP-10
Blast clean other ferrous surfaces to be primed, other than motor casing, speed
reducers, etc in accordance with SSPC-SP-10.
10. Blast cleaned ferrous surfaces.
11. Prime cleaned surfaces within 8 hours of cleaning but before any bloom rusting or
other deterioration of surface occurs. Apply shop coats only to surfaces which are
cleaned as specified and are free of dirt, grease, oil, moisture, dust, mill scale, rust
and other detrimental matter and conditions. A�ply coating only when ambient
conditions are suitable.
12. Shop coats: Submit coating material for approval. On cured shopcoat surfaces, no
special intercoat preparation will be required for gaod topcoat bond. Prepare surface,
use material, mix, apply and cure in accordance w:th coating manufacturer's current
printed instructions and as specified.
13. Apply shop coats so they are continuous, without defects and tenaciously bonded to
substrate. Hold back shop coating 3-inches from any field welds.
14. Shop primer: A polyamide epoxy primer with not less than 43 percent solids content
by volume, applied to produce a minimum of 3 m;ls dry film thickness.
15. Protect coated surFaces during handling and moving, by suitable provisions including
padding, blocking and the use of canvas or nylon slings.
16. Make sure all shop coatings are in a suitable condition before they are topcoated, in
shop. Properly touch up ali damaged shop coating or shop coating defects after
proper surface preparation.
Q. EQUIPMENT ACCESS PLATFORM
Access platform shall be constructed to the dim�nsions of the containment area
shown on the drawings. The platform shall be o: FRP grating supported on FRP
structural shapes and be a rigid frame in each direction. The platform shall be
constructed with the walkway at the elevation of fihe top of the containment wall of
the thickener. The platform shall extend from the inside face of the containment wall
to the limits of the machine. Support forthe access platform shall be from the floor of
the containment area and shall consist of a system fully compatible with the platform
system installed. SUPPORTS FOR THE PLATFORM SHALL NOT BE INSTALLED
WTO THE SIDE WALLS OF THE CONTAINME(�,'T AREA. Support details shall be
included in the shop drawings submitted for the �.ccess platform.
The piatform and all appurtenances shall be cesigned in accordance with the
international Building Code (2009 Version) with amendments as adopted bythe City
of Fort Worth and with OSHA. A minimum live 3oad of 150 psf shall be used in
GRAVITY BELT THICKENERS 46 71 16 - 22 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
addition to the weight of the equipment which the platform may be required to
support. Equipment weights shall be coordinated with the manufacturer.
Shop Drawings and Computations showing details of fabrication and erection,
stamped by a professional engineer licensed in the State of Texas shail be
submitted for the record. No review will be undertaken.
4. Materials
a. Resin for FRP components shall be an acceptable vinyl ester, integrally
resistant without applied coatings to UV radiation; to high concentrations of
hydrogen sulfide gas, sodium hydroxide solution and sodium hypochlorite
solution, its solutions and associated compounds.
b. Provide compatible and equally resistant resin as acceptable for shop and
field sealing of cut edges.
c. Minimum physical properties for pulltruded structural FRP shapes and plates
shall be as foliows:
Property Value Test Method
Tensile Strength (coupon) 30,000 psi ASTM D638
Tensile Strenqth (full section) 20,000 psi @ 75°F ASTM D 638
- Modulus of Elasticity 2.3x10 psi @ 75°F ASTM D790
1.8x106 psi @ 125°F
Barcol Hardness 50
Water Absorption 0.75% by weight ASTM D349
Specific Gravity 1.66 ASTM D792
d. FRP components shall have integral colors to match as closely as possible
from standard colors, the existing FRP plafiform system forthe existing GBT
units.
5. Grating, fasteners and structural shapes shall be as specified in Section 06 74 13,
Glass Fiber and Resin Fabrications.
a. Grating shall have a minimum factor of safety of 5 based on ultimate stress.
Grating shall be a minimum of 2-inch deep and have either an I-bar or
rectangular bar shape.
b. I-bar shaped FRP grating shall be constructed of straight parallel bearing
bars and composed of a glass fiber and thermostetting resin pulltruded
composite. The bearing bars shall be placed edgewise and joined by
crossties every 12-inches maximum. Crossties shall be 3/8-inch diameter
fiberglass rod with glass fiber reinforced plastic or stainless steel ferrules and
polypropylene spacers. The upper bar surface shall have a coarse
quartz/epoxy grit surface for skid resistance.
Rectangular shaped FRP grating shali be constructed of straight parallel
bearing bars and composed of a glass fiber and resin, compression molded
GRAVITY BELT THICKENERS 46 71 16 - 23 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
at high temperatures and pressure. No dry glass fibers shall be visible on any
surface of bearing bars of cross bars. Bear�ng bars shall be spaced on 1-inch
centers and cross bars on 6-inch centers. �he upper bar surface shall have a
coarse quartz/epoxy grit surface for skid resistance.
d. FRP grating shail be securely attached to supporting members and/or
angles. Attachmentto FRP supports shall ';�e eitherType 316 stainless steel
of FRP with Type 316 stainless steel fasteners. Each grating panel shall be
attached to supporting members at a minimum of four locations (two each
edge). All materials and incidentals required for attaching this grating shall be
furnished and installed under this section.
e. Coordinate the layout for the grating pan�ls with the equipment layout to
provide openings for approved mechanical equipment, operators, pipes,
conduits and other items which require o��nings in the grating.
6. Warranty for grating and support shall be as spe�ified in Section 06 74 13, Glass
Fiber Resin Fabrications.
2.04 CONTROL EQUIPMENT
A. The thickener shall be provided with a main control panel (GBTMCP No. 3) located in the
Electrical Room of the Gravity Belt Thickener Facility and a local control panel at the
thickener (GBTLCP No. 3). Both panels shall be preassembled, prewired and shall include
all the necessary controls for the thickening system as specified herein. The panels shall be
suitably wired for connection to a 460 Volt, 3 Phase, 6C Hz source. Each panel shall be
provided with a main circuit breaker disconnect with a flange-mounted operating handle. A
transformerto supply 120 Volt control power shall be furnished and installed in each control
panel. Isolation transformers for DC drive controllers shal" be furnished and installed inside
each control panel.
B. Each enclosure shall be free standing of NEMA Type 4X design, fabricated of 10 gauge
minimum thickness Type 316 stainless steel. Panel shall have front access. Each enclosure
shall be sized to suit the equipment supplied and shall bear a UL listed stamp.
C. Wiring shall be completed in accordance with Sectias� 26 05 00, Electrical General
Provisions. All wiring shall be identified with a number c�de and all external connections
broughtto a numbered terminal strip. Wiring shall complywith the applicable requirements
of the latest edition of the NEC. Interconnecting wiring bet�veen this panel and the thickeners
and other equipment shall be by the Contractor.
D. Each enclosure shall house a dead front main circuit breaker, branch circuit breakers and
motor controllers for thickener drive, hydraulic/pneumatic unit drive and washwater pump.
VFD controllers, isolation transformers, contactors, cycle timers, relays, alarms, indicating
lights and operator controls required for the operation of t�e gravity belt thickeners and the
specified auxiliary equipment shall be provided. DC drive control circuitry shall be of the solid
state plug-in board type for ease of servicing. Controls mcunted on the enclosure door shali
be NEMA Type 4X designs.
E. Alarm circuits and fail-safe controls shall be provided for r�onitoring and control of thickener.
GRAVITY BELT THICKENERS 46 71 16 - 24 VCWRF GBT Addition
City Project No. 01847
Hazen ard Sawyer Project No. 60000-000
Malfunctions shall immediately shut down the thickener, all auxiliaries controlled from the
control panels and energize the alarm circuit. Systems to be shut down, either via the GBT
control system or via SCADA connection through the existing plant control system as
appropriate, include the HRC sludge transfer pumps or GBT Siudge Feed Pumps as
appropriate, the Polymer Feed Pumps, Washwater Pumps and GBT Thickened Sludge
Transfer Pumps. The primary sludge line valve and the WAS/HRC siudge line valve shall be
closed manually and sludge transferred to the other thickening facilities at the site.
F. Thickener controls shall be interconnected with the controls of other components of the
sludge thickening system, as shown on the Drawings and as described herein, to provide
automatic operation of the thickening system after start-up. Provide dry contacts for low
voltage signals for status and alarm to the Main Control Panel. One common status signal
from GBTLCP No. 3 shall indicate the thickener and all components are operating. One
common alarm signal from GBT No. 3 shall also be transmitted to GBTMCP No. 3 in the
Gravity Belt Thickener Building Electrical Room.
- G. The controls for the thickener shall be designed for a fully automatic starting sequence and
automatic shut down.
H. GBTMCP No. 3 shall be supplied and installed to match existing main controi panels for
GBT No. 1 and GBT No.2 which shali include but not be limited to the following:
1. System power ON-OFF selector switch
2. Emergency stop pushbutton
3. Thickener feed pump four position selector switch
- 4. Washwater pump two position selector switch (washwater pumps No. 4[primary]
and No. 3 [backup])
5. Polymer pump two position selector switch (PBU No. 4[primary] and No. 3[backup])
6. Main circuit breaker disconnect with flange mounted operating handle (ON-OFF-
OPEN)
7. Top belt tension indicator
8. Top belt tension adjustment knob
9. Bottom belt tension indicator
10. Bottom belt tension adjustment knob
11. Belt regulator indicator
12. Belt regulator adjustment know
13. Alarm horn and beacon
GRAVITY BELT THICKENERS 46 71 16 - 25 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
14. Internal surge suppressor
15. Internal 120VAC duplex receptacle for computer use only
16. Ethernet switch for connection to GBTLCP No. 3 OIT
17. Terminal strips as required for all required contro[s plus 20% spare terminals
18. Variable frequency drive for main belt drive
19. Hydraulic system motor started (if applicable)
20. Transformer to provide 120VAC control power
21. Isolation transformers for DC drive controllers
22. Other controls and/or alarms deemed appropriate by the manufacturer.
Add 1 23. Allen Bradley SLC 5/05 PLC.
I. GBTLCP No. 3 shall be supplied and installed to match existing local control panels for
GBT No. 1 and GBT No.2 which shall include but not be limited to the following:
1. Operator interface terminal (OIT) with touchscree� mounted in face of panel
2. Belt tension indicator
3. Belt tension adjustment knob
4. Belt regulator indicator
5. Belt regulator adjustment knob
6. Emergency stop pushbutton
7. Appropriate connection hardware and equipme.�t for compressed air supply (if
utilized) including distribution to appropriate locat;ons on the GBT equipment
8. Terminal strips as required for all required contro'-s plus 20% spare terminals
9. Other controls and/or alarms deemed appropriate by the manufacturer.
J. The controls shall be coordinated with overali system controls as shown on Drawings and as
described herein:
1. GBTMCP No. 3 shall receive the following signals from related devices. GBT
manufacturer shall coordinate with other equipmert manufacturers and Contractorto
ensure a complete and functioning system:
a. Polymer pump ON
GRAVITY BELT THICKENERS 46 71 16 - 26 VCWRF GBT Addition
City Project No. 01847
Hazen ar.d Sawyer Project No. 60000-000
b. Polymer pump FAULT
c. Washwater pump No. 4 RUNNING
d. Washwater pump No. 3 RUNNING
e. GBT Feed Pump No. 1 RUNNING
f. GBT Feed Pump No. 2 RUNNING
g. GBT Feed Pump No. 3 RUNNING
h. GBT Feed Pump No. 4 RUNNING
i. Washwater pump No. 4 FAU�T
j. Washwater pump No. 3 FAULT
k. GBT Feed Pump No. 1 FAULT
I. GBT Feed Pump No. 2 FAULT
m. GBT Feed Pump No. 3 FAULT
n. GBT Feed Pump No. 4 FAULT
o. GBT Feed Pump No. 1 SPEED feedback
p. GBT Feed Pump No. 2 SPEED feedback
q. GBT Feed Pump No. 3 SPEED feedback
r. GBT Feed Pump No. 4 SPEED feedback
2. GBTMCP No. 3 shall send the following signais to related devices. GBT
manufacturer shall coordinate with other equipment manufacturers and Contractor to
ensure a complete and functioning system:
a. GBT Feed Pump No. 1 SE�ECTED
b. GBT Feed Pump No. 2 SELECTED
c. GBT Feed Pump No. 3 SELECTED
d. GBT Feed Pump No. 4 SELECTED
e. Washwater pump No. 4 SE�ECTED
f. Washwater pump No. 3 SELECTED
g. PBU No. 4 SELECTED
h. PBU No. 3 SELECTED
i. GBT Feed Pump No. 1 START/STOP
j. GBT Feed Pump No. 2 START/STOP
k. GBT Feed Pump No. 3 START/STOP
I. GBT Feed Pump No. 4 START/STOP
m. Washwater pump No. 4 START/STOP
n. Washwater pump No. 3 START/STOP
o. PBU No. 4 START/STOP
p. PBU No. 3 START/STOP
q. GBT Feed Pump No. 1 SPEED set
r. GBT Feed Pump No. 2 SPEED set
s. GBT Feed Pump No. 3 SPEED set
t. GBT Feed Pump No. 4 SPEED set
3. The OIT at GBTLCP No. 3 shall provide the following monitoring and control
functions at a minimum:
a. ON-OFF control for hydraulic/pneumatic system
b. Washwater pump start/stop
c. GBT system start/stop including start/stop for all miscellaneous drives
d. Washwater valve OPEN-CLOSE selector
GRAVITY BELT THICKENERS 46 71 16 - 27 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
e. Thickener driver SPEED control
f. Sludge feed rate control
g. Polymer feed rate control
h. Hydraulic/pneumatic system pressure loss alarm
i. Polymer and sludge feed pump start/stop
j. Belt misalignment or breakage alarm
k. Excessive belt tension alarm
L Common alarm indicator
m. Alarm silencer
n. Other alarms or controls deemed appropriate by the manufacturer
K. Each control or instrument shall have 1'/-inch by 3'/2-inch engraved nameplate fabricated
from 1/16-inch thick laminated black phenolic plastic with white core.
The alarm system shall function as follows:
Condition
Normal
Alert
Acknowledged (silencer pushed)
Normal again
Reset
Siqnal Lamp
Off
Flashing Bright
Steady Bright
On
Off
� ..-
Off
On
Off
Off
Off
M. All alarms for GBTLCP No. 3 shall be wired to a single isolated contact for remote alarm
transmission to GBTMCP No. 3 in the Electrical Room. ��larm lights shall be red and shall
have engraved nameplates.
�
0
When system STOP is signaled by GBTLCP No. 3, a sigral shall be sentto GBTMCP No. 3
in the Electrical Room.
During belt operation the individual thickener controls shall function as follows:
For minor misalignment of the belts, realignment by the belt guide system shall be
automatically placed in operation.
2. For belt misalignment beyond limits, all subsysterr�s will be terminated, a stop signal
sent to GBTLCP No. 3 and GBTMCP No. 3 with alarms activated at both panels.
2.05 ELECTRICAL EQUIPMENT
A. Generai
Electrical equipment and materials furnished un�er this Section shall conform to
appropriate sections of Division 26.
2. Auxiliary control devices shall be rated 10 Amps, 120 VAC (pilot duty) and shall
provide isolated contacts for the control of each associated motor. Furnish complete
electrical schematics, wiring diagrams and dimensional drawings of all electrical
equipment specified herein. Wiring shall be such that there is not cross connection
GRAVITY BELT THICKENERS 46 71 16 - 28 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
between the power supply to individual motors.
_ 3. The gravity belt thickener shall be prewired with all 480 Volt, 120 Volt and low
voltage control wiring broughtto separate, respectivejunction boxes mounted on the
- main frame face near the control panel. The junction boxes/panels shall be NEMA
4X Type 316 SST design.
B. Electric motors shall be NEMA Design B, poly-phase squirrel cage induction motors
furnished with TEFC enclosures. Motors shall be suitable forcontinuous duty operation on a
480 VAC, 60-hertz, 3-phase power source at 40°C ambient temperature, as specified in
Section 11 05 13. Electric motors operating on a variable frequency drive shall be inverter
duty type and shali be furnished with motorwinding high temperature switches embedded in
the stator windings with the leads brought out to the motor terminal box. Each motor shall
develop ample torque for its required service through its acceleration range and throughout
its rated load range. Motor service factor shall be 1.00 for inverter duty motors and 1.15 for
other duty class motors. Motors shall be built in accordance with the latest standards of
NEMA, including, but not limited to MG-1 and MG-2, IEEE and ANSI.
C. The equipment manufacturer shall furnish a pre-wired NEMA 4X, Type 316 stainless steel,
hinged junction box locally mounted on the gravity belt thickener equipment. All equipment
mounted devices, such as limit switches, emergency stops, pressure switches, solenoid
valves, and similar electricaUcontrol devices shall be pre-wired by the manufacturer to
terminal strips in the thickener mounted junction box. Power and control conduit and wiring
- shall be securely attached to the structural frame of the gravity belt thickener.
D. Power wire and cable shall conform to the requirements of Division 26. Minimum wire size
shall be No. 12 AWG.
E. Control wire and cable shall conform to the requirements of Division 26. Minimum wire size
shail be No. 14 AWG.
F. Instrumentation wire and cable for analog signals shall conform to the requirements of
Division 26. Minimum wire size shail be No. 16 AWG.
G. All wiring shall be identified at each termination, shall have a unique wire number, and shall
be labeled at both ends. Wire numbers shall correspond with the equipment terminal wire
numbers as indicated in the accepted Shop Drawings. The wire identification system shall
be a"Bradymarker" XC Plus Printer with "Bradysleeve" wire marking sleeves, Panduit
equivalent, Seton equivalent, or equal.
H. Electrical control and relay systems shail be assembled using NEMA rated components.
Components designed and built to International Electrotechnical Commission (IEC)
standards are not recognized. Equipment designed, manufactured and labeled in
compliance with IEC standards is not acceptable.
Where devices are installed on the doors of NEMA 4X enclosures, devices shall be selected
and installed to maintain the NEMA rating of the enclosure.
Pushbuttons (PB) and selector switches (SS) shall be Type E34 as manufactured by Cutler-
Hammer; Type 3SB0 as manufactured by Siemens Energy and Automation, Inc.; Square D
GRAVITY BELT THICKENERS 46 71 16 - 29 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Company equivalent, General Electric Company equiv�:lent, or equal. Pushbuttons and
selector switches shall be 30.5 mm, heavy-duty, oil tight I�IEMA 4X corrosion resistant with
legend plates. Legend plates shall be plastic, black field :;background) with white lettering.
Legend plates shall be securely fastened to the fro�t of each local control panel.
Pushbuttons and selector switches shall be non-illuminated. Pushbuttons shall include a full
guard. Panic stop/alarm pushbuttons shall be red mushro�m type with manual-pull release.
K. Pilot lights shall be Cutler Hammer Type E34; Type 3SB0 as manufactured by Siemens
Energy and Automation Inc.; Square D Company equivalent, General Electric Company
equivalent, or equal. Pilot lights shall be of the proper conirol voltage, LED type, heavy-duty,
corrosion-resistant NEMA 4X with legend plates. Legend plates shall be plastic, black field
(background) with white lettering. . Legend plates shall be securely fastened to the front of
each local control panel. Pilot light lens colors shall be as follows:
Red - "RUN", "ON", "OPEN"
Green - "OFF", "CLOSED"
Amber - "ALARM", "FAIL"
Blue - Mandatory Action
White - Not Assigned
Clear - Not Assigned
Gray - Not Assigned
L. Control Relays (CR) shall be Type D3 as manufactured by Cutler-Hammer; Siemens Energy
and Automation, Inc. equivalent, Square D Company equivalent, Potter-Brumfield
equivalent, or equal. Relays shall be general purpose �lug-in type with coil voltage as
required and sealed 10 ampere contacts. All relays shall have three SPDT contacts rated
120/240 VAC and 28 VDC minimum. Machine tool relays shall be provided when the contact
burden exceeds 10 amperes. Miniature type or "ice cube" relays are not acceptable.
M. Timing Relays (TR) shall be the general purpose plug-in t/pe, Type TR as manufactured by
Cutler-Hammer; Siemens Energy and Automation, Inc. equivalent, Square D Company
equivalent, Potter-Brumfield equivalent or equal. Timing relays shall be electronic type with
120 VAC coils unless otherwise specified. Timers shall be provided with two SPDT timed
output contacts. Contact ratings shail be the same as for vontrol relays as specified above.
N. Terminal blocks shall be assembled on non-current carrying galvanized steel DIN mounting
rails securely bolted to the enclosure or cabinet sub-pane;. Terminals shall be tubular screw
type with pressure plate for wire size #22 -#8 AWG. Pov✓er terminal blocks shall be single
tier with a minimum rating of 600 volts, 30A. Signai terminal blocks shall be single tierwith a
minimum rating of 600 volts, 20A. Separate terminal strips shail be provided for each type of
power and signal used within each cabinet. There shall b� a sufficient quantity of terminals
for the termination of all spare field conductors. Terrr�inals shall be marked with a
permanent, continuous marking strip. One side of each terminal shall be reserved
exclusively for incoming field conductors. Common connections and jumpers required for
internal wiring shall not be made on the field side of the t�rminal. The terminal blocks shall
be as manufactured by Phoenix Contact, Inc., Wieland, Inc., Square D Company, or equal.
GRAVITY BELT THICKENERS 46 71 16 - 30 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
O. All rigid conduit provided by the gravity belt thickener equipment supplier shall be PVC
coated rigid galvanized steel. Where rigid conduit cannot be utilized, or is otherwise not
appropriate, liquid-tight PVC coated flexible metal conduit shall be utilized. Flexible metal
conduit segments shall not exceed 24-inches in length. Conduit shall be as specified in
Division 26.
P. All components, assemblies, and wiring shall conform to the requirements of the National
Electric Code, all local electrical codes and shall be labeled "Approved" by Underwriters
Laboratories.
2.06 TOOLS, SUPPLIES AND SPARE PARTS
A. The equipment manufacturer shall furnish all special tools necessary to disassemble,
service, repair and adjust the equipment. In addition, the following spare parts properly
packaged and labeled shali be provided as foilows:
1. One (1) set of belts.
2. One (1) set of doctor blades.
3. One (1) bearings assembly (each type utilized)
4. Two (2) sets of each type gasket, packing, etc.
5. Two (2) Tracking pilot valves.
6. One (1) set of fuses of each size and type
7. One (1) set of indicating lights of each size and type
8. Additional spare parts as recommended by the manufacturer.
PART 3 -- EXECUTION
3.01 INSTALLATION
A. The equipment shall be installed in accordance with the instructions and drawings of the
manufacturer and Section 11 00 00, Equipment General Provisions. Installation shall include
furnishing the required oil and grease for initial operation. The grades of oil and grease shall
be in accordance with the manufacturer's recommendations.
-- B. During the installation of the thickener, the machine shall be handled so as not to damage
any coatings. Coatings and finishes damaged during transport and installation shall be
repaired before the installation of the dewatering belts.
3.02 ON-SITE FIELD TESTS
A. Field testing shall comply with requirements of Section 11 00 00, Equipment General
Provisions.
B. All equipment shall be set, aligned, and assembled in conformance with the manufacturer's
drawings and instructions.
C. On-site field tests shail be performed by the Equipment Supplier and shail consist of the
following:
GRAVITY BELT THICKENERS 46 71 16 - 31 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
Check equipment for alignment. Direct coupled shafts with flexible or rigid coupiings
shall be checked for parallel and angular misalignment using dial indicators.
Maximum allowable misalignment in either direction shall be .002-inch unless
otherwise directed by the City's Project Represer;tative.
2. All bearings, gear housing, etc., shall be flushed in accordance with the
manufacturer's recommendations to remove any foreign matter accumulated during
shipment, storage or installation. Lubricants sha[I be added in strict conformance
with the manufacturer's recommendation.
3. Check equipment for proper rotation and check motor for no-load current draw.
D. Upon completion of the above, and at a time approved by :he City's Project Representative,
the equipment will be tested by operating it as a unit wi':h all related piping, controls and
other ancillary facilities.
Check equipment for excessive vibration and noise.
2. Check motor current draw under load conditions. �he rated motor namepiate current
shall not be exceeded.
3. Check all pumps at maximum speed for at least three (3) points on the pump curve
for capacity, head and electric current draw.
4. Recheck alignment with dial indicators where applicable, after unit has run under
load for a minimum of 24 hours.
E. When the field tests have been completed, the manufacturer will issue an Equipment
Checkout Form with all pertinent data from the tests.
F. Control Systems shall be tested in both Automatic and Local modes of operation. All aspects
of the Control System operation shall be demonstrated curing field testing.
G. In addition to the above-described field tests, any other tests specifically required by the
Specifications shall be performed.
H. All costs in connection with field testing of equipmert such as lubricants, chemicals
(polymer), instruments, labor, equipment, water, etc. s�all be borne by the Equipment
Supplier except as noted herein. Energy, fuel, water, etc., normally consumed by specific
equipment shall be supplied by the Owner.
The Equipment Supplier shall be fully responsible for the proper operation of equipment
during tests and instruction periods and shall neither hav� nor make any claim for damage
which may occur to equipment prior to the time when the Owner formally takes over the
operation thereof.
The approved final manufacturer's operations and maintenance manual will be onsite prior
to the Ownertaking formal ownership of the equipment. VJarranty periods cannot start prior
to receipt of this manual and cannot start prior to Substantial Completion of the project.
GRAVITY BELT THICKENERS 46 71 16 - 32 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
3.03 PERFORMANCE TESTING
A. In order to assess the performance of the dewatering equipment relative to the guaranteed
solids capture rate, sludge cake consistency, and polymer usage rate, the GBT
manufacturer shall provide performance testing services immediately after start-up of
equipment. Overall responsibilityforthe testing and coordination ofthe testing between the
various equipment components shail reside with the Contractor who shall be required to
provide a complete and operable system incorporating the integrated performance of all of
the component parts. Failure of any one component of the system to enabie the system to
perform as required in these Specifications shall be the responsibility of the Contractor to
remedy within the requirements and limitations of these Specifications.
B. PerFormance testing will be perFormed using an emulsion polymer as recommended by the
GBT Manufacturer. The manufacturer shall make his/her recommendation based on the
type of sludge, the supplied belts and his/her knowledge and experience with the supplied
equipment. The same polymer shall be used for the performance testing on the waste
activated sludge and on the HRC sludge. The Contractor shall purchase polymer materials
for all necessary performance testing periods at no additional cost to the Owner.
C. The GBT Manufacturer and the Contractor shall conduct performance tests to demonstrate
that the thickener, individually, is capable of ineeting the specified performance
requirements (thickened solids concentration, solids capture rate and polymer consumption)
at the specified hydraulic or solids loading rates as described elsewhere herein. Priorto any
- performance testing, the GBT Manufacturer shall provide a submittal detailing the testing
plan and requirements for approval by the Owner's representative. ,
1. A separate performance testwill be required forthe WAS and the HRC sludge. The
performance test for the HRC sludge will require substantial coordination with the
Owner to ensure that NRC sludge can be generated at a rate sufficient to perform
the performance testing at the required sludge flow rates for the GBT facility.
2. Contractor shall schedule a meeting with the Owner and City's Project
Representative a minimum of 30-days prior to proposed HRC sludge per�ormance
testing to identify the sludge quantities required and to allow the Owner sufficient
time to ensure that the HRC sludge can be generated in the necessary quantities.
Owner shall retain the ability to cancel this testing up to 24-hours prior to the
schedule start time to accommodate urgent operational requirements at the
treatment facility. At the discretion of the Owner, the testing of HRC sludge on the
GBTs may be waived along with the associated penalties for non-compliance with
the requirements of this specification. The Contractor shall perForm this testing per
the approved testing plan unless written direction is provided by the Owner that this
testing may be waived.
D. A performance testing period shall consist of a period of one (1) working day with at least six
(6) continuous hours operation. During the performance testing period samples shall be
collected at a minimum of one (1) sample every hour and analyzed in duplicate to determine
the performance of the equipment. Data from the individual samples collected during a
-- - single sampling day (minimum 6-hour continuous operating period) shall be averaged to
evaluate the average equipment perFormance for the sampling day.
GRAVITY BELT THICKENERS 46 71 16 - 33 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
E. Samples shail be collected to determine the feed sludc�e consistency, the sludge cake
consistency, feed polymer consistency, and the solids cortent of the composite wastewater
(fiitrate, beltwash, etc.). Information related to all pump an� equipment settings shall also be
recorded forthe testing period and any changes made during the testing shall be specifically
noted. The GBT manufacturer, through the Contractor, shall submit a performance test plan
for review a minimum of 30-days prior to perFormance testing. The perFormance test plan
shall include a detailed sampiing and analysis plan and a detailed data coliection plan for
information to be generated during performance testing.
F. All field testing shall be witnessed by the City's Project Rvpresentative.
G. The Contractor's personnel shall be responsible for monitoring and recording the sludge and
polymerfeed rates during the performance testing period. Field data collection sheets shall
be copied and provided to the thickener manufacturer anc: the City's Project Representative
immediately following performance testing.
H. The Contractor's personnel shall collect ail samples durir.g the performance testing based
on a mutually agreed upon sampling and analysis plan and shall have all samples analyzed
by a third party certified laboratory agreeable to the Owner, the City's Project Representative
and the Contractor for analysis according to Standard Methods protocols.
The GBT equipment manufacturer or the Owner may at their option and expense conduct
duplicate analyses on the samples taken during the testing period. In the event of conflicting
results between the analyses performed at the third party laboratory facilities and the
analyses performed at the Owner's certified laboratory facilities the results from the Owner's
laboratory facilities shall take precedence.
Failure of the equipment to satisfy the guaranteed performance requirements shall result
in a continuation of the performance testing period (a�ter corrective modifications and
adjustmentto the equipment have been completed). Conti�ued performance testing shall be
conducted at the expense of the equipment supplier, u� to the allocated time limit (see
Paragraph 1.05.C). Failure to meet the performance requirements within the specified time
limit shall result in the following liquidated damages:
Thickened Sludge Solids (separate tests and dar�ages for both WAS and HRC
sludge)
Solids (%DS)
%DS >_ 4.5%
4.0% <_ %DS < 4.5%
3.5% <_ %DS < 4.0%
3.0% <_ %DS < 3.5%
%DS < 3.0%
Liquidated Damages
$0
$200
$400
$600
$1,000
GRAVITY BELT THICKENERS 46 71 16 - 34 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
2. Capture Efficiency (separate tests and damages for both WAS and HRC sludge)
Capture Efficiency (%) Liquidated Damages
% Capture >_ 95.0% $0
94.0% <_ % Capture < 95.0% $3,600
93.0% <_ % Capture < 94.0% $7,300
92.0% <_ % Capture < 93.0°/o $10,900
91.0% 5 % Capture < 92.0% $14,600
90.0% <_ % Capture < 91.0% $18,200
°/o Capture < 90.0°/o $21,900
3. WAS Polymer pose
WAS Polymer pose
Liquidated Damages
(active Ib/dT)
Dose <_ 15.0 $0
15.0 >_ Dose > 16.0 $18,400
16.0 >_ Dose > 17.0 $36,900
17.0 >_ Dose > 18.0 $55,300
18.0 >_ Dose > 19.0 $73,700
19.0 ? Dose > 20.0 $92,100
Dose > 20 $110,600
4. HRC Sludge Polymer pose
HRC Sludge Polymer pose
(active Ib/dT) Liquidated Damages
Dose <_ 8.0 $0
8.0 ? Dose > 9.0 $1,200
9.0 >_ Dose > 10.0 $2,300
10.0 >_ Dose > 11.0 $3,500
10.0 ? Dose > 12.0 $4,600
12.0 >_ Dose > 13.0 $5,800
Dose > 14 $6,900
5. The maximum liquidated damages assessment for thickened sludge solids (WAS
and HRC sludge), polymer dosage (WAS and HRC sludge) and solids capture (WAS
and HRC sludge) in aggregate shall not exceed the maximum of 33% of the
equipment supply cost or $50,000, whichever is greater. If liquidated damages are to
be assessed for non-performance of the equipment, Contractor shall provide
satisfactory proof of equipment supply cost to the OWNER for verification of this
criteria.
GRAVITY BELT THICKENERS 46 71 16 - 35 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
3.04 MANUFACTURER'S FIELD SERVICES
A. The Contractor shall coordinate with the equipment vendcrall details, locations, clearances,
and other conditions so that the equipment shall function as part of a complete system.
B. The Contractor shall provide the services of a qualified manufacturer's technical
representative who shall adequately supervise the installation and testing of all equipment
furnished under this Contract and instruct the Owner's operating personnel in its
maintenance and operation as outlined in Section 11 00 0�, Equipment General Provisions.
At a minimum, the manufacturer's technical service representative shall provide the following
field services:
Service Description
Installation
Field Test and Start-up
Performance Testing
Owner 0&M Training
Number of Trips
2
2
As Required
Service Duration
2-days each
3-days each
As Required
2-days
C. Any additional time required to achieve successful install�ition and operation shall be at the
expense of the Contractor. The manufacturer's representative shall sign in and out of the
office of the City's Project Representative each day he is at the project.
GRAVITY BELT THICKENERS 46 71 16 - 36 VCWRF GBT Addition
City Project No. 01847
Hazen ar,d Sawyer Project No. 60000-000
ATTCHMENT A
�oo
soo
�oo
s
2
�
3
0
� 300
v
v
v
�
�
n
�
200
1(��
0
o.o� r,
o.so�r Z.00��� lsa�:�� z.00�,s
WAS Solids ConcenYration (%TSJ
�GBT Feed Flo.v (gpm)
2.50°5 3.0454,
GRAVITY BELT THICKENERS 46 71 16 - 37 VCWRF GBT Addition
City Project No. 01847
Hazen and Sawyer Project No. 60000-000
rigure 1
WAS GBT Feed F1ow tgpm)
r�Gu�c �
HRC Sludge GBT Feed �low (�;pm)
soo
aso
aoo
�so
a �oo
m
3
0
LL 2SO
v
v
�
�
� zoo
m
�
150
100
50
�GET Fe��{ Flow (g�mj
- END OF SECTION -
GRAVITY BELT THICKENERS 46 71 16 - 38 VCWRF GBT Addition
City Project No. 01847
Hazen ar:d Sawyer Project No. 60000-000
0 — _ ,�- ..._....._ _. _ __
� ___._.._.. ____.._---- _.. __ ;-
0.00% 4.SQ9'u 1.00°u 1.504G 2.0044� '.50%� 3.00`6�
NRC Sludge Solids Concentration (%TS)