Loading...
HomeMy WebLinkAboutContract 45136 (2)�Z �� � � �� � C� H� i�i ' , �' . .�_:. � �.. E"i �r C�� �_ � � � � � � � � � � O O rl � � � W a� j� i a a � � �� ) � a� � � �� > p�,° . � � � ; �! �� ) � � � 1 � � � � 1 (7� A L � � � a � � 0 0 � � a� .� a U '� � � � � � H U � U • �y' Lr �W � � � � � W� � � �, � Q � U � � � v� � 1� � O '� � � O � � p � � � � � oA ��� � � � � � M O N c� � � ad � .� 0 � � �r � � � � � � .c} ; o � oo,,o ��9f e � o °��� ��"� �`a �o � �o o�a� �< 000 �;��' `���o °s � e ooeo��.�� �_ � o o���� �, —� O�i�— � V � a � � � � � � � � �- _ -_ ���. I'-� � � � �� � �1 / 1 Q � 1. . N o�Q� --� c�o �� �� o � � �� � � � � �.��A L� t-S� i' L!, C� � � z _ � L-_-➢ [ � 1- _ ➢ ( _ l l _J 1 - ➢ � __ J � - -1 � - J i _ _I L _ _1 L_J L_� (_.� 1 __� U l � U M 4-� O � c� a � .� U � � �o — x — � � � � o � � o � � �o 0 v a� � 0 � � O a � W � Q H Z � O V � 1�1 V M O N , � M N O N M � O N � � N N 0 � N M �j r o � Z N � � O C N C O � N � � ' M M � T O O N N r � r � �' r N = r O � N � d 0 Q. Q a O � U J U Z � U 2 � �" Q � U� W� m � WN LJ� ZU Q W UQ O > � � � Z C9 � J M � � � N U W c.i Z W � Z M 0 N � r w H � O C � O 'a � E � Q ip +. � � � � � +' � 0 � V C(nUQ— c � � � � � � � � 0 — � E c� N N •- Z � � � � _I �� c oU .� >�~� C7 C '� C � O UZ U� °'oV OJOQ c�u���a�'i U � �1.� x U (A � � a2 � � � o � .� (�0(�O G 'C> L�"� F" O� ONO Z Z � �O � ZZ 3��� � � U Om•` 00 �m�� o — � Q. C � N ''-' Q occn� V�y � �Q � � � � � p � V Q 'd � � � N Q lij � L o � _ �� � � .� � �O � tA0 X O � � O W � � U ti � r � � r N M � �CD Op�p O�� +�-� �' �Q., C '� U Q� �U� F- U w O � U (� �U c � O U U N � � ca � � � Z E W � U O � U .� LJJ »� � m � C � O V, a=+ ra � L O a o w a o a o � O � M ro � � N Q. � r-I v �»- LJ � O � C ro � � � :� � � � m � C � •N c (0 .a C LL '� +� U � N C ; � O O L a C o ,� :u � � a a o U a a� ro � � J � �. � �o vi �..+ ('J N � � � � o > a-.+ � N a-.i � � o � Y — a� a �.�� ,--i � � d ra U � � r� J � ra C7 � '�' 0 � � Y ro J � L � 0 O O O M � .-i N � � � � +� � U N `~ �o 0 L L a w � � � C ro�a � � t0 N+,U � L � � � N N � L i � oa� .� a .� Q E o N � C O a=+ ro .Q O a ❑. ro � c ro � a-+ Q. .� U � � a� � co • � o O � o � M C ,� �tn N � � N � U {�} C � � o U ;-' C � (p � C 0 O � C L O � � � 'Q -o o � a � a � � U � � � •� O � a (0 � � c� � Q- (0 � U � �� � � Q .� � M � C O � i� � co � �" U O � a a. a ro ,_., '0 L � � c6 '''' ca � �a-+ Q � '� +� U � � � N � � O � � 0 � o �ri �1 � � N � � U � C � '� o U a"i C � (0 � � O "� r�0 � � C � O :a�+ C � � L �O Q C o � a N a. � (> � � � O � a r6 � � c6 �' N � L � �, U y� � L Q� N � � � a � cn d� � N N � U r� � � c � L�. � U � O a ro � a c� U L a� � N � N L +� � O � � 'p � � � � � n � � `�- �o O L L a � � � C � a � f0 U � L � � N � � L C � o�� � ° � Q Q o � � C O � � .a O a Q. � � c ra � � Q. .� U � � � .� c �o co � O � o �ri � � c n � N (0 � U i� C � '� o U +' C � f0 � � O � � � � C � O :�+ C � � L � a C o � a � a � U "a N � O L v a ro � � � �' N � L � +, U � � L a� � -°o � a3i a � cn � U C c6 � m � O ;� C V � � � U c � O ,� U � � � x N C ~ a� � � O � Z O � � 3 'L O � O � � ,--i � M � � m .� L � a-�+ �' r0 � � O L a"� C � _ v � rLo � � � o � v � c � � 0 � C L O � v � � 'C 0 � � N � N � L L o �, � -a � Q �� � � O N ~ � � N O L � � a� C O N �� � � � .0 Q� � � N N fn .a 'D � � � � Q N � � � o� 3 � rn� � N � . -a � � � V � � � �O � Q Q O � � � � Q � � L � � > � � t... � � � Q � J � o � � � � � � � � U�� ,Y � N U u�i ° �a � � � � +� V U � ,c � O C N O N Q'''"' � � � � � � � � � � � � Q c�p M � O N � � M � O N � c� a � .� U � � C c� U N .Q N � � f6 � C f0 J N .� O U .� � 3 � .� � � "Q O Q O '� N N Q U c N N � > c� N � � .� N � � N �� +-�' O ca � '� N � .` '� � � � � � � � f9 .�� �� � � � � �� a� C> `� ` (�6.�� (B� N N(n�— C ,J � O > .Q �- -p � N � O � � 3 � � � ��o�oc�ca� ��N���.Qo� fn O�,C'�+� �� � .� U t0 � O+�-� C N N C E � — �O � +'�-� ,� •N N � � C (� �+ N � � U � O � C �-a �.c� = c0 U U�N�(�-�p O •� O c� 4- N � (0 � _ v- '� � � C � N 3�� a�� c a3 u� ��o�oa�cuE cN.�,��E�rn U � � V � .0 .0 � � "� � � � .0 t�0 C . `' U� �� N NN+-� �•��r' `�� O "'' N � r-�+ � � U O Q� � 3� p RS N � Oj � 'C m O � X��•` � O�fn;a N �- Q�•� �-Q �" N N N � ,� � .� � � p (� N RS 00-�`tLL � N E Z� � � � ��.°� M � �% � � �- t6 � � � O � � O � .� � � -� Q- "� ;v �' � �� c�= �� a� r-. m � � 3 U � � O O O � � � C,C 'p 'V) � � O N � O N � � V � � � �' O U � � N � -p C o�°rn�'H��� Q.p�� � � �� �c"�a•�'�•`�a-� t�—naXi°O��-�a C � M O N � >+ � � � c (0 M O N d' >+ � � C 0 E� � c a� a O � � � C � � � � � � O � ` U 5 � O � � � � N �a C ;� '� � N C � o � O N � N� 3 M N N Q. N N >+ � H� '� C cv c N � � (6 C fQ U N O Q �O '� N � N � C � 0 0 � � N � � O � � O � C C � � � O V (Sf � N � N � Q U � Q- O U� ca � �� C� U� tf� � .� (fl v- O 0 C � ° o � � a� c � 0 rn .0 � U v- � � i O � � O � U c � N � N � C ,� C� a' � � (6 � V � a� ` � �" 3 � 0 C � � ,N �� p" � W .� � Q N � L � � � O � m p � U � Q� O U � � � � �� N o �� � C � � N t� � "� a�i N � � � N 0 U h �� N . � C� — c 0 � � C U O f0 C Q O� U c� � � XW m � � .0 y-' � � O V Z � � � � � � � o > � �N � c o �� °� U � � � U Q N A � � � ,� N U V C N � '� � ,_ O Q� � � � � W � � m O O,�+O .'-' U °� W � � � � � N �•3� � a� U � � � O .� F- Q.. m � V � U '� 0 � .� a f6 C �p. �� (� �U � (0 � � � j .� .� � 3 C � � � c c O `� � � � � � O � � ac ° ca :� d � p �6 �oQ' ca � �U ` � �Q � � O >�p � Q> N � .�C U 'B +-' 0 � O +-� U U � -p � � � N ~ � � � U N "-' O LL � � � �� � � o � W � p � V N 'fl � Z � rn O c��6 � � QN � � c "� � � � � Q. t0 � (6 '� LL � U C Z � � � LL -� C � ` V Q � � U,N V � � � o � F- ��� � � C d � c � O v �i 'a C � LL � 0 0 0 o O ti � II� V�' O M 1� � f� O � c� ao rn o � ti � � ti � N �- O O O a� rn � � O � O � O � M Lfi � � NIU � 00 M M 0 � � � o � � � 0 0 � r- � c'� O O 0 � � M O I� f� � o � O 0 0 o O o M � � � � ll� l� l(j �I� �In rIa �.I� O O O O O O O O O � � � � � M M M f� I� (O (O � � � I� f� � �t � � � O 0 � O � � � � 0 � O ti O � M � � �t �IU � O � �t' � O M � 0 � 0 O 0 N V � M� CMO Nld � O v O M � 0 � 0 � N N � d' M CMO N� d O � 0 O O O � � 0 � 0 M � M � � � � � V'1 �. O � 0 O O N O � � 0 � 0 O v O � M � � � �Ia M � rn N � O M � O � W � O � r d' � � �a M � rn � O M � O � O O N � � �t �a M �--i O N � � � M � O M � c� a � a� .� � U � � N � � N O �� � N i � � i � � � � � � � U � o U -� .�c c � � E L� ; a� � � v� 0 0 0 0 0 0 ui ui c� 0 o v � .- o � � � M M � N N � aMo oMo o ' rn rn � j � W � I � � � O O � � � � � M M � I O O O I � � � 00 O O O N N I � � � �� �p � � �cfl � c�o � v �� ui�a �ri�a �U I 0 � i � �I � I � I � I � � c � 0 m !, � , � I � � U I C �I Q I � � E i� O ' C � O '++ 'a Q � � C I-- Z � W 2� U� H � H � Q� i U � O � � � M I � � a ; 2 , � �j ;� i � i � i � I W . � �U : � I W . � > � � Q . _ � U � w I m i � ; Z i � ;Q � �o � � Q i � � W 1� M '--i O N � � � � .. �, �, 0 � 0 o � 00 a w O W a � H O 0 0 O 0 � H w � � � � O U 0 a � 3 a -o 0 'd � Ga .� .b ¢d" L7 F7 � '� U � .� � z � °' 0 0� �, ,y � •� Q W � � V y t �-+ � � � N � � � � ��a,�.�• � �� •� oo����a c/� � �Q a � � +�-� ' � � Nd { y� ,�j ,� 'U� � ^� C� �-+ �"' U � S� °� ��? � ��o~��. � o �G o � a � .� � o U � o�° � � � a �a?�ri, o�i ..,�.�•.��...o � � �, o o �'� �, �.�. C�i c� b�j � p;'d O"C7 � b N',"�d �. a. �����vaaaam�r�awt��; � O O O� �-+ �-+ .-� .-� O ct �-+ M .-+ � ,-M-� N M � �v� Vl � '-r .-� �f1 .-� N M M � � � � Vl � '�"OO•-+NMd' �hd'd'd'r}'d'd'd'' ""00000000000000� A O O O O O O O O O O O O O O� a � .O U � 0 0 �.°U � � � � � � o a� o o � U �����v� � � � ���r; �� � � � � ¢� �aw�UC7ti MM�hO� V'�00 �' �-/ �-1 �--1 i� Q � N � �-+ � �--� N M �/1 �D �D �D �D l� [� O O O O O O O O O O O O O O � 'd � � U y�., N{y � � � �i•y� �'3 N � ,� � � ~ y 'c `� � � � � �� � o.�a' o � •� O � .v � O .v O ����,���� � �� � �Ya .�a��a�d� ~ y L7 U '� O qv�v�wwUav�tn � �--� O qO00�O�OMOM OOO�N�--�MO� �.-+vl��-+NNM�n �-+ N M M M M r�l M "" .--� ,-� .-� ,--� �-. .--� '-. .-� A O O O O O O O O 0 � O U U � E� o � �� �a � o � o '� ,o U t� � � .��o�� v�'��Q, � O � 'C% O � r�-' � � ;� � +.' N N .-� i.+ .--� �,"�°�'� ����',o ����a� � x .� � � � � ,d � y � o � O HHrav�E-��s, t�10�OMM0 N O N �--� �--� O v1 O v'� t� 00 O d �n v� �n �n � ,--� � ,--� �--� ,--� �--� O O O O O O d � � �r r � W fsi .tl e� �, � w � o� �. 0 � � � � � �. a � � b°�iD � a � o y,, O a� o v �a �� � �� �a A � o � '� o d � � � �N � b � C% q �� y N � � .i7 O � O �z �� � �o oa a 'u� ,pa- U �s � � � � � 3 > r� � � � � CG .S U H O 3 �. O O � U � N � �"1 � � '-+ N M V' �n �O t� oo Q� O� N M V' v1 �[� 00 O� O� N M�i' �n �O l� 00 O� O.-� N M ct v1 �O l� 00 O� O� N M d' �--� �--� ���-+ ���-+ ��-+ N N N N N N N N N N M M M M M M M M M M'c}' 'ct d' d� d� .{� .p .A .P .P �.P W W W W W W W W W W N N N N N N N N N N�--� �--', �-' f-` �-' �--` �--` �` �' `-+ O� tn .A W N�-+ O�O Oo �l O� ln �P W N�--� O�O Oo J O� tn .A W N r-+ O�D Oo 1 rn ln .A W N� O�O oo �l O� tn �P W N� �o�c� �' � � $. � O � � � n H WNO �� �x a °z � rron � � a � °z � � � n � 0 � � � � � � � � a � � � �� ,� 'o o io � � o � . .d o C N � �O .-� o � � a � � � O o �C y � � �; � � � o � y y � � � �, a � �� � o pv � ���+ 0 �. � b � �_ � � � � a A � � � 'O � a � �c ° /y�• �: (D y O rb �t K f�D e�� �.y A � � W I�' �d l� .� � � o'Ao �' C wwd N N ... 0 0 �. ���y,,. o v p W N � y�d� � � � � � �� 0 � � � r,- "d �b c �� ��� � b 'Z7 p � � y �' �� �� �' �' � � n � � \./ w w w w w d � i--� r-+ r-+ � w.,. J cNi, wwo�: O o wo�Oa W r-+ � � � � � o p � � . �„ � �- 'd 0 � v�i � O ��"�� n a � a�.�' � m � ��� �� � � � �. � O `� � M � � �� o `< `-'' � � � � � � p � � N � � d �� O � N O� � � A� A. � O O O O � wwww... 0o w w w �. O �P �P O �, O � � O O o rn w o b W ii �C�C�C�°p A �,' � � � � ��o �'� M'Cdas� r� � �° o � � o � �� �� � • �' �. � � �o� � o y a� n � � � �. � � � � n � � ��/- � �'i v � �� � �� � M N � C� k� ti � v (� � � � N N �N d .A -p .� �. ����y,,. r� r� �-+ O v,.pwC3 O N � b���. � � � � � �: aa`� �� ��� o O � �; �Cdo a�p �o �h a, o� �� �� � � � � � �. � � � � � O � p 'C �� � �. � � � o t� � � �� a �� � �y � W � � a� �� � a � A t�. :': O �t E: � b �. A � � f�9 A A n � � a a � Cy Q' fD O � � � � A� � G � o� e�' a� y �; � � Cy� �C � �: � �' a� p� � �� �� �d p �°. � � o rt � y �' � n fs' �. � � � �� � d�A � � � y � � A � C � 0 ►� � � O O O O O O O � � � � � � � � � � � � � rn 0000J-P�o� w N� N N O O �ow�owwoo ',�v' O C� C� C� � -�d �• � � CD � � A. `" �'• � � � N � � o � cra � �. v� � � � o' o' o o�,� �r��, p.a� v��aa dw co � a� � �'� ��a ��� �°�x p � �� �� � d �: �. a �� � � ttl trn 0 � o0 cOQo � o N "�, O v�i fa/� N M � Vl O O M O � ro 00 a w O a � N � � � � m� G � � � w � � � � � � � � � w � �A �' CA � � �� � � � �� '� � o U �' '� v� � � � � � Q'o v, pa �" � ti � o c� U � � ,qUC�1 � onon� 3 5 �b �. �.��. a��a��'>�..,� � � �a.��na °� �� H a a a� a� a� a��F� ��� i i i � � � � �. p. � � � U w � U�� U U U O� M O� M�O M M O M NNNM�t��Nl� �--� �--� �--� � N N M M M p �--� .-+ .-� ,--i ,--� �-+ .-+ ,--+ N N N N N N N N N M M M M M M M M M N y � U N � N � � �7 � �� �� � � � � � � � � � � N � U � � � '� a ;.� � � � � � o � b �w a��i e" � � °' � ������� v� �' � �' � ' N a'"i � ���r�w;�� C7 � �' �' �' � p� � � (:� ��j � C% �i ����d�va�ion,� ��w��°'�;� U � � � � � � �" ,� a �� �w�' �� � a � � � , � °o � ss, -� � � UaU��UE�xF� M M M�D � M O� M M �N�NN���-+d' �D l� � �-, ,-� N � N M �--� �--� M M M M 01 O� O� N N N N N N N N N M M M M M M M M M 0 U � � � U �U H •� N � o �~ �� � � �U y 1„� 'b � � � � v� U � M M O � M 'S~~ O O A M M � �p U� N N � N � � � G � m � U .� � � � � � � � r3 � N 4-� � N � °�aa .� � � � W ' °� on � � U � � � � �•°�-d ����� ��w 3 � ���a� s� � > � o s� �F,aU � � �' � .. a� � � �+U��rw O O O N M M d' .-� .--� ,--� �' �Y �fl � V1 O O O O O M M M M M M M M M M N � � y U � � � �' w � � a� � a� � �� � � � � � � � aqo � U 'O � � � U U � UU� � � N O O O M M M M M M a� a a, � .� � � � N N V1 O M M � cc1 a � a � �� O V bn � .� � U � .� � a� � Q. �, a, o •� U 0 U � � �, o . ,� o � 'y � � � � � N N O O M M M M � �.�. a� U i..� � �� � � a� � �� ���? .��bA Waw � � � o �� ��j U U aQQ O O � M .-� .--� � � � O � �--� M M M M M M 6� � � et r � W a � �. W N � � 0 c� � d � d �. a � � d � a �� �o � O� �a a� d � �a � � b � � � �� � � � � � � �b � � b �� �� �� xo a o �z � O O � a� ,� U 3 � � � � � >C Q � � � � CQ .� U � � � O d � w z O U H� x '� OrnM E,., O N R; U ,,,,; O � >, � OAz� � Q > Uaia�' �-+ N M'�t �n �O t� 00 � O� N M rt v� �O [� oo � O� N M rt �n �D t� 00 O� O�-+ N tn 'ct v'� �D t oo O� O� N M r!' v1 �O �"'� ^� ^� �"� ��--� �--� �� r+ N N N N N N N N N N K1 M M M M M M M M M'c1' d' d' �f' 'd' 'c1' �J' ? ���-1� o b �i , �' � �C c'Yo tfDi < > $•CO a "�*t i c � •• � �n �• m o �, 0 � � C ' iap"� �p p . wtzi�p � A C � � � O i � x � v�i k � � ; °z r� � '- b � a r > > � �d � � � , � � �� k y � � O o ty � 7 Z' �O �„� � O � � ? � � p � �' � > � � < � !� � � � ;; , � A f "� j � � ` � ' a � : ^ °' � < � � a I � � � � � � ' �' � L � 1 � � � � A � � f..� ! c�o � _ � � � k�' � ro a h�7 �' ;� E � � ,�p � b� °v° u� � � � � o "� � ro o tr ��N b � C�n ? W N r�-� O�O Oo �l Q� V� .P � W � W .p �. w � �� � w p, o W � M � � p� p O � � � � o C� , � d o� v��a. � 7d � n � � ��/ � � � N � a � � � � � � � N � � � W W W N N N N N N N N N � > N� O�O o0 1 O� v� -P W N�< � W W W W W � w w w w w a -P W W W W � � � � � � � �P w � J � o 00 00 i � �� �o� d � � � H � � (D ((q d �i "' y � w� bwz "' < � o � � " � : � � �� o�z ' �, � �' � C : � � ("� � C�D � � • O . i�' C`-�D � ( � � � �oc � � l � � � M � ,� C/� M ��j) � i ~• f��f�• F � � � � � ;' b � � � € y C�D v � � � � � � � `'�° i � � � � o ; � ~ c�u � i � `', " � � �t � � � � � �• < � � K3 � � � N � � � � �--� �-+ r > �O 00 � J a J n � � t _ . �e � � � � � � 3 � < i .i � �+ � .1 O� l a W l J W l � � f � N � � o c � o � � 7 � � � F �n� r�� ;a< � a a l a t � f �� n� � h � ( h � di >� d� + � � �-+ � a W N�` O�O 00 �l Q� Cl� �P W � a W W W W W �i a w w w w w a � r-� �--� � � �� N N N N N a ooc�'i, o o u h � c-� c-� � � c r �'� o � a� < > i � � cu � � i ; ��,- � �. � c�u i � a, p � � � d � � o � � G � ��� a � �� � `C �, ,i� � < � '�C��-! �* � � L � �' P � �' �'L r-r� C aq � d N N C rr � �. °, ' t i � � � � � � � f i �� � � 3 � �� � t� '� � � p � � � � � � ;h c � b� � � � t• � � � � � � � � n ( � �D �� M g �� � � ry � ' D � � V ti � (�D � � � � � � N � � � �+ a W a w � �. � � a N �o S � f > > ;�, ��� ;o >� d �� � d� t b ;� > s� > L ro �� by � O w O o �, z o � Ho �� � O f � tn V� A �, � � '� o 0 o v� o � ao ov a w O � � � O � �[7� V a � � � E � � � V Z °z UN .��'i i�, V � � � � H ,o v � � • 5 ou � `. � � o.� � � o,� P� p � i� vVi � s ' � �', a" � t� �•N °' � v� b`� � � � v � �w v� U � � � � � ^ � � .. � U a� p� � a�i � � � � � v � W � qv Y -� �v �.^. � �v�i� ��P� v '�� ��j >, �"•� v�, � i � o �,� a a�"i � v� „ � � '� s� � � � � � �� � -� aN � � ,� � o � •� W �?� ,�. '� 'b 'b � p,, ° • ° � � r+'., � p � C . v 0 p `n � �Y���o��o� •�� '���a,'� ��N �� ��j °•� �".�� �,��' w ���vwo� �C7 � � � �' � �� � v� � � � 'b , � , 4? � N � CT' � O � � � � � � 'd Cj � p O O P-� N � � p ;'° � H• W'� a /o�� o^ aU� a� � U a rs.�, r�T�°`"�}y.� �, p.—ae � W i-1 � 0 � � � 4% Yrl � Qi i+l � ry� �� �� N W W y �� V Y an °' �, '� `r� '� '� � �'"�,o � � � � `� .� a� v� :� � a� a� o � � � o �� � � o � � � • � � � v� � � U � bn �, y on wo U � � � a., � � S� ..-� S� S� � a .� j� �d �" � U ¢' b i-�+ � ,� �����a�a��� �����go���oo��o�� ��-, `i' � v � Q y'�'� H � �% b�A�.s���'�•� ���� �,��������, >�����;� ��-'� ��,°' ,� Q. ,� OO c`�'i� .tl�, � � O ,,.."'�, c� .-�i .4; p � . � b�A � � � � O � .-�i • � � � � � aaw�¢��ax�wwwx�aaw�a,a�wa�c�a �Dv1ON V'�Ov'�O V1MOv1 V1OOO�OOOOv'1�Ot�OOOO NI�OOO�OOMOOd'0�--�N �i'O�O�O[�t�[�ooOO�Dt� M O M M M M �f' � O� O O�--� r-+ .-� .-� r-+ N N d' Ct' d' CT' ul �D �O W N �--� M M M K1 M M V'� V'� �O �D �O �O �D � �D �D �O �O �O �O �O �O �O �O �O o ,-. ,-. .-� .-� ,-� .-, .-, ,-� ,--� ,� .-� .-� ,-� r-, .-. ,--� ,-� .-� ,-� .-. ,-� ,-� ,-. ,-� ,-� .-, � � a o a a�i• d a� �� .� y .� F; a�i y � i C7 p 'Oy�. � �; O � � � v, U `� � •� .� cd „ � � �bw' o .� � .�' � � � � o � a' 'd � � � � ���� %d �--� N d' p o 0 0 aUUU Q' C7 C7 C7 y � V r� � � p i. � o � U � '� � b �. � o � � � W w a � �, C2� � � � � � H � � pa � O v � � � �1 �+~' /i � � Y � � �bG�" «S � c� � cc1 � � � � � � �� � �3�a O O O �o�� C� C7 C7 �--� N M� �1 �D t o0 O� O�--� N M rt V� �O t� 00 O� O.-� N M d' �n �D [� 00 O� O�--� N M �Y �n �O t� 00 O� O� ���-+ ��--� �--� ��-+ ��-+ N N N N N N N N N N M Kl M M c�1 M M M M M�f' 'ct dN' � E� U W � w 0 W m �t � � � et r � � � � � w � � �. 0y V � � b t�i � aQ"i �. ss, �: � bA � a �o O O� O � �a ti d � �a �� b � �� V y V� �:% bv O � � � � v � m � b �� y N � � S.' O a o �z �� oa a� ,� U � N � � � 3 � � � � � C] .� U �a � O d � � w a. O U H] x � OvFiM E.3„ON �U^^ O � >, � OAz� � d > U v�i a�' ��-��** . Y ���:�%�� � !�.�v;• : � : O�•.,2 �� o � o �L ;� d c� �c : om : o �_ J� � �':�:�:� ��o� � �v�: � � �,�'r� � � �` 6-'• : o: �;: r��� t� r� cWa .. �pF�'.G� o � ���*: . P �v � r A � � � � Q. N d � � � •� � (� N � LL y O a� � � � W ,�+ � Q. m /�� ~ V T N N � � � W T � � .� � r C O .� .j � � C .c 0 .N � ��. O � U � C E � '� � +� Cn � .O � 1 J � ` � � N � O a' C '> � Q .L- ro�oa��o � �� EOv c � n. �!. ���•��� C3 a`�i � a- a'o� � I— •� W � J c c � c c oo�oo� � � � � � � cc.occE E E � E E� i i i i ` Vi (� Q- f� !� o C C Q C C� ONtf)Ot1')O O O O r O O MMM(�'�d'L!) MChMMMCh T T T r r T Cfl O .� .; � � � .0 �- U � � > C'7 N M � � � � � > � � � �. y � O � tq � � N � � � � 0 3 � cfl cn � � � > � _ �°�o U N N C O M � L ai � a� c�u U � M � � N� � ��` N ? M ; .E N � � � V � � M � Ci �� V U� � m �� �� O N C±+ �� i Q. � O� C� �� '� `� �� O p_ � N Q. i''-' � L N > � a`>I.L> a�0..> > > �� o� � .«.cA UQ � j �>, a c`� >, � o a� � a� L -a -a � T- � c� �s2-� �CO"a =� 3c� o o �°� �� o ��.�.cn�n�cnoo,_. �5��°� °������ �n.�cc���,m� a�i Q� o��Q a� �>Ww c��� � �cn �mU cLi v�°��� a�a�� �.� �n`_ c�i c�i� ��� o�'� ° o o c�i ��=a.� L 3 = a�-�]�• c L :~:~ �� N� 3�� �' 3 3�':�. a� o� a�i a��i o�•� a� o�'c � o o� o� �c � a> W W d��JJ(/i�O..JJ W J�(3-1 m m m m m m m m m m m m m m m m m OLn6C)OOOCflO00t,f')CDI� 0000 O d' O r N d' � O CD I� f� I� 00 O O CO I� O O T T r T,- N N'ct �' d� d� t!� CD CO CO CO CD CO CO CO CO CD CO CO CO Cfl CO CD CD CO CO Cfl T t� T T r T T r T T T T r T T T T � U w o a3 0 o � c°'o �p a o „ F� d U � � O U � � O U d x O � � ? � � � � � .� � U � � � '� � O � 1 � � a U , �' � �� �� z � o � � O O � � �O ,� U o � � � 0 U � � � d °� w U � v � � � �V O �� W � � 0 0 O q � � �� � � � O � v� �� � � � � � � � � � � � � �-+ N M d� v't �p t� oo O� O � N M �Y v'� �O l� op � O '-+ N M � '""' "" `""' ^' "'' ^' ^� .-� ^� �-+ N N N N N �� �� �� ao a o �z � � ��0 a. 't�� a�U � 3 �n � � � � > � �3 � 3 � U � fA .� U � w � � 0 ¢ � � w w ti O F� x� Fy OvFiM E..,ON �U� w 7 OL1�j � � � Ucn0.! � O � � � � M O W Q 2 a H Z W � W � � � 0 � 1� � � M M V W O � � � � W � �� W = y M M � � `' � � Z � j ti oNo O Q � a C� � f� O O Z Q � W � �� o O �Ocn��Q c° Na z CI-I-�O � a U Z z Z "- � Z �i � ui Q � Q> Z O O Q O � p � � y+ � G V y � a V � � � � 3 � � °' � o a ci � � Z Q 2 V a W m O Z Q c.i a� a � � O UU � � � � c � � .� � _ '� o � � � � _ � � m O � � C (Q U � � � � � a C p ; `� a` O p�-0 � C •- (0 'C C� � � N U N � � �,.0 � � � N � � � N � c � �, c � -a � � U � � Q U � � O L .� � �. +-' � O U .� � o .Q U a � � � � � o O Z a� � rn� a� � � 3 � 0 C � ��� U 'N j Q c ���� � c c � � � � � U U � soo,� F-�� o � � W 0 J � _ Z Q J � � Z Q � � W � 0 m W > � U w d � � � O F- a°�i � � � � 0 � � O N ;�, � � � � s � U = � � a� o � � N N C � V � N C N � � � � � 7 Q � ,c p o cn Y � � J � � +-' Q � N a �= � �% +. � C d � � O � � � � � � � U (n !_' � � L � � � �f- ct � �' p N O ,C O U � Z ? ,c O � Q� U � � M �, _ � � � -� O N c � � m � � c -� � � � c u> � j J N ` � o � 0 a � � U C �" � � O � � �_� °° o .s � U � o c � ,o� o '� F- � � U N U I O M � M M M c O U � U N a � U � L U � � � � +��. .3 � (0 Q a� � � � C � c �, _ �U �.. Q �� a� Q �w J .� O _ _ �Z oQ M � � � �� M tq � M �g Uj � �-' C � W o � 00 � � � r' U i � � U a��i � � Q N F- Z W � _ U � Q Z m � O O O ti O M � Z Z � Q H � � a � � d � _ Q X 0 Z w a a c � o � � N V Q i � � U a��i � �rn� N � � W'^ t � V n- O Q � Z a a a I � �o � oa� � U � - � � Z W cn � � � N Q � � � > 0 � � :: � v c w _ c) N m V C � �N �I U E ' v c � � g � �o c � g m a 2 %� � � � � � 0 H � � O o LL Y O �' � �o g U u. , C [ i i l ; [ ! ,� ; l I_ L � F�t t____� � L� � t�ll L� k�l i—L —[ � [ � 4.. i � 0 ti '�' O � M O Z O U W � � Z Q Z � � � J � i C� Z H � W � M r U N a� M (n �-- N � � � � ... a (0 L � t � (0 N 0 '� � � O a x a� a c a� C � E N Q. � C (0 � c .� � c� N U � C N 0 a� U � M . O � � � � +�-' U 0 z co C U � O � O C t U a � � � Q s � 0 � C O � � 'c N U � � � o a� a�i � � � �� �� o � � U � C � @ �o .n � � o 'n U �a � L ,C N � N � '@ (0 a� a io � E � _ 'D � � U � � L � N � `� � U � � � � � = � N � C o °' Zw� C � O U 3 'c � O ,_ � U �O � ` a� � � c "D��� a� Q � W Z O � U W � � Z Q Z Q J � E- J � > C7 Z � � W � � r U N N � � � �- N � C N � a-. a N L N s � N � 0 � � N O a aXi � c � C � E � a � C (B N c .� � ca � N U N C ^� o °� U � (h O � � _ � � U 0 Z �`p C U � O � O C t U U � � � Q L � 0 N C O � �p ,U N U � o a� � � � � N � �� o � 'v � � U � � �o � .n � � U '� U m �° L .0 � � � � •� � � p. i� � � � _ 'O � � U � � L .n � �o � � U � � � � � � � N � � o � Z W � � � O U Q O � � U O � L N � N � '� � � a� Q � W � i � � N .r (0 � N L � N N 0 � N � O a x a� � C N C co E � a � C (0 N c .� rn c� N N U � c � U � M � O � � _ � � U 0 Z c`a N C� U N O � O C L U � � � � Q .0 N � � O N � �+ � _ � O N � a� X � � � � O � � a= c � '� .o � .� � � � 0 0� � o= a� � � � � � o °c� � c � �� � a� � � 'N U a= � O � � � C � N � � > �. o. � > w °c' � � � O � � `~ C N O � U � � L fU o �- `� �L � C V � � 'C � O �. � O � � N� d' � �N C a m � Q !A .L-. L � � �' c C � O � v � � U � U N � � � .0 a t � u� Q � � � i -� � � L m > `� � � �O �, � � c� � '� � � E � � _ � � m N W �_ � � o � � O N N � i� � ' � N � �•� 0 o c Z W N � C � O V � � L � U O � � � � N � � � Q � r�-. O � � U � � � � � � � � N � d � � � W Z Q -1 W U � � O 0 rn U a� N � � � N � U (0 � (6 � r L 3 U (0 a � � C . (0 ^ � � ai G M N � NZ .,_, W c � '- _ N Q � � L � N N a �� J � Q N �- � � `- °' N N @ � W Lo(� �oQ Yz� d N � E 'o � oa� �U� � � w � � � p t�v Q a`� � > 0 � � U w 3 �o c N r U N m V � � .N � U � 2 LL 0 � � 0 LL � � N U L � �. � � ► , _ � � � E 1 t. ,, . a t _ . � �_ � � �.. ._ .� . ��__ � ,� � _ i.—�. � �____..1 ._ � .. ,� : .—..� _, .i 0 ti d' O �o M O O � U N � � � � N E � � � = d � � � W Z J J W U � � O rn U � � � � � � s U � cB � L L .� N U (Q a N � c . c� ^ �o �¢ :� �t c � �Z �w '� � •- _ a� Q a� � L � � N a .� (n "� J � Q N � � 0 U � � � � A � � a� i N � E � � c a� � � � � � � � U � c U ,c � � � Q � Z Q � f--� Z W � � U 0 � F- w Ua �O J � W Z � OZ Uw Zm Q W (� _ Z~ O z � O UZ LL Q UQ W � a� �a _ � �a o= F- ~ �Z a0 w�w �w � J � �z = Y �U Z Q W pm Q J � J Q � � U Z � w Q U O � Q � w � � � J � Z J Q M O �o��i�v, ` N ^`* : •@��q�s ` � 5 * T �� '' � � +�'' �� :`• � � �''�'�z'� � � ��: � � LL � � ��' � y ��O �� h` �LL. : � Z: J� %U1•� ';�:�UiO� �P�6.'• � O : �: �i t� f s •., ., w .,; ����� : C9 ; .. ,, � � `������� �O � W a t � � M � o _ N N �� O >, � � � 7 �rn� � so� � o Q �Z� � a�i I E 'o � o�� �U� � 3 Z cn � v � m Q a� m � > 0 a� U N � v c m U a�i m V O '�O C � .� m � U 2 � O � O LL � O H U I r Y:.r �,�;e �a �,,,,� . _ � ...� ta.s � - � t� �,r !� t ._�� t� �.....� � � t_..� iu �,� _1�.�J ..� � ' � o � � � M M � � �^ � a m � � � � w I� , 0 M � M M � H V W � � a � � � � r-a Wm w � � a� ;� � w W � � c�d � O ~ C7 .� U � i N � H � � � r'; a � � � O � � � O . �-�-I 3 � o � � o � a' .� 4-i O � � � � O ,o v� „� � � � � �� a� � .� � � .� � � .� � � � � 4"' � �+ N ���� a • 9� � o � � ^' U � � � � N -�'°o�� � � � � � � .� � � � � � O ,O � 'C U � � ����� � � o � -� � a� . a; a� '—' �d � 5�..�! 'abi .fl c� � O >"" ^ O O � V � � �'� �'� � � � a� � ;ti � b � � .� U � a� � '--� N � � £3 �'o;b �--� "d � � � � N � E-� � p �"" � O O �'q `� � � cyd � .-�-� � N . � cyi� o��,� ¢'� � � o , � ;=, �� ��°�o�� � o � � '�, o b � N N b � o � �w o � 3 0 � :b �. b � O � � � � N v�i .�� �a�� � •� y /1 � � � '� � b ,� � ,b ,� � � O aS ,�.y", U V ��.���� � o o •� � � V � � � }� � U N y � y � � � Q. p , � .� � . � � � N O � � � � � � .� ..� � � 'b � � 4, 0 � � y a� � " � � .� � 3 � �O cCi �" �� � �'N i� � ° N 3 .° ,s� ��o-d�� �""��>�� � N O O U 'd � U .� � �'n � � � M � � � � � � � 3 � � � � N � � � � � o � c� O � U b � � � � U O � N y� � o �� `� o � � � �b � 't� s� � � o � � '� � � � k V O � � '� � �" � � � 4� � `•� �� � o � ,� � � � ,� o � � � ti � F., � .. O � ;'d � � � U � '� � 'C � V "' � N � ��� �� � � Q P. � a� '� �-' bA � � � � O N 'C � 'v� i-. � O `�7 O � �°.�'�� �o�� �� � o v' -d � a �° � •� a� o � a; 'a� �� � � � O cd t� «S � '� O N � �J � � ..�"' V H di rn . � �+-� � U U N "" • � °' � � v°' °p � o � a�i � � o � � i � '3 �" � v� vi � Q 'C � U �',,� � .'� � � � . � � � � c�, � c� � a� o on b a� �����'��°� w� � � p 'C � � � � O U "." �"..fl � U ti.. "C � .^'-. }. af N .� O .� ��"� 4r N�,,, tn .�"-, �"" N p 0 �"' p U 3,�����b���o� •�a a�io�-kv� Q 'y Q � y � O O � � � � � . � � � � Q .—� v� . �' 'U bQ U S�. V N '3 � � • .-i 'N � �" P. � °' a� �''°'��� `"�`~ � � �'� 3b.��'"b o '. .� � � � N v�i OU i, � � .� • � � � � N ��"., •d � +.�+ �, � � � ,� b � a� � �s .� o .r� •., � �, � � U �-+ � ,� 3.. C U � U `3 � N ,.�q O "C7 N �N c� � � � t� � c� ^ ,� � � '�d N �N � N 'C7 � �--� � � � s. �,,, w, ,�.�., � � .� � � ,� ,� o �J c��' ,,�_, �� OV O p O�� � i�-" '� N O N�..fl N� N .� bpA � � � O O � � 3 N � � .�! � `n v' � `� � ^' � ��"' � � .D ,� � O cC � � � � ' � t�• 'C � ^s.��. � 3 � .� • ° � � °' a� ,� � � � � 3 � � `°�' '� � s� � � a� .� �� ���,rn y 3�,��,� � ap�a �° i� a�i � ' .� a� � 3 .� � � 3.�3� � � � � z E'' � ° -o a�i � � � ° � °' i � i � � � R, � O � c�j � �' pF, � � L1, �� � � � � � b,0.� .� .�i � r�i � � � � � cc ,� � � v�i N � N cC3 ,s� ,n F" F" E" �� a� °' F" i� � cn E" �� Fy o H a� w � c� m � o � � � a � 3 ° � ,� a� � c, � � H � �-+ N M �' V'� �O h 00 O� O� N M �t V'1 �O l� 00 Q� O N M � vl �O l� op p� O�--� N M'd' vl �O I� 00 O� O�-+ '""' `"" ""' '"� ""' r" �-' �^� '--� N N N N N N N N N N M M M M M M M M M M �t' � V�' �� � � N y � � 0. O �--� O F � o � oriU ¢ ,� U ¢ � � b � 3 > � U � 3 � .� ^�F �z � ��j- U O Ca 0 ¢ � � W a O U H � x� o�M �oo p4U� O � >, w � O � '$ � > U v�i W�' �.:. _ � �. > . � � i_.�-�..� �.�J Y--�? � �. :�-+ � N r/] o0 � W O � Q N M � � M a M � � � � � w � w C ; N N ctid � .� � 'C1 � a � � U � � f: � � � .� a� � � � N � �--� U � O •� J (� �--i � � a � � � � a .� � � c� U i O O 0 M M 0 0 U N � .� � a� H � � b � � � i O M 0 m M 0 U N � � � 'C � b � O U � � w i M � O M M O U N � N M � �1 �O l� � � O � � � a O U � � a i O N rn M M M O U N � :l ti � U � � N � cd � � �1 �i--1 � N � i< 0 W i O �D � M (Y1 M O U N � O � � � W U il z W � a � W U a N �--i a�i � P-� � � � � � N � � .-i � � � 0 °' 3 � O U � � � � � � b c� N o �n � � � � s� L�, N � � � Lz, � U ,=, .� � � � � U N t]. � N y 'O 4r � � � O ,� N U � O � � �� � � � � � � a y �� � � � � � � � Cd � �� � � � 'b r--� � •Cy � •d O � � � N F, � V bq � � ��°' .� � � 4� yO� 'd N �i . � � V � � N +-' t-� � � ri y� U � , 0 � iC °� ¢' � � � .� � r� oo �n a�i `" o �� o��°��'���'���� ������� � � 'C 3 � 'C .fl � j ,� �' � N s.. � � � , t� � �' � � � � � � � � � � � � � p � � j � a� � � Q. � �, �� � °'H � � �.����wwAv�wUC7awx�1U cd O y� �"�'� � ^� •� � ����.�����0 � N M � �" �--� a �--� �y �--� N M d' �!1 �O [� oo O� ,—� .—i � .-, � a3 ..fl U � � N M �t v'1 �D (� op O� O -� N M � v') �D l� oo O� O N M� v') �O [� 00 O� O� N M'ct vl �D I� 00 p� O�--� N '""� ""� `""� "'� �"� �"� �--� �--� �--� �--� N N N N N N N N N N M M M M M M M M M M�' 'c/' � � p� N 9 v� � Q. a o .: O [-" � O � o c� U aa � � .�a- U ¢ � � � � 3 > � � � 3 � U � [-N-i �� UU A 0 Q U � W P. � z O F x] E-� p[ F� o v� r, ��o �U� O� T 7 '� � � " rn U> v�i� � ��-„-., �� . . �ti ._�.�—�. +1��,.. ��,__�,_._�i :_ ��iP __,L_...� -._�....�:,_._ ,.—�.�.. �_._i =.��_� �.,:_ .�I .- . �....�, _ �.-�, �_�..���.� M f/] 00 O O M � � �O Q `" x ro � � � r' � a' pO v� � .y"'" U vNi '-+ � cd ¢, ¢ � ��,� � •� '� y� s � W � v b O � � � a '� fs. 'd � `d �N O � � � � � � � Q � +� 'b � cd � � � N (� ..fl � � 'b � S� � c�d N � O � y � � 0 � � � � �; •� � � � � � •� � � � °' w � �o ��� � o � � �--� 'C1 ^^� c� '_' V ��"r 'q � p 'O ,� �+ .b :� 'd � .b 'd p � O c�d � � � � �> 4" � " �o � � o � a� � � s-+ y,, �� U t-. .� y� v� C� S� yp., Q" "" ..N. •� � V � O U , � Y � �" � N � � �� S�, ' O � N ,,ssO�� N '� �. 'C � � ,L", +�-� p � � s�-i 4. �w, y� �,.,0 y�„� � N � � y . � � � � � � � i� �-. p � S�. � G�" ; b � +� '� . ,�• ' � � N bA cd � � � � r3 � 'C � O ; y !s' � N i.. � �U � . � p � .�i N � � �--� y � � � � � V � � .� � � � N � � t� � �. `� �-�' � a�i �, ,b � � ' � �C '" � � ° �. p" � c� � ,� a� � �, �,,�wrS.�Qv�wc��7aax�lt� r. � ,�-, .-. Q N �� �^� S�. ��r��������0 •--i N M � � '"'y a �--� � �--� N M d' �n �D l� oo O� ,--� ,--� ,--� � x W ai � ti N � W U a W W � M �--i a 0 � N � � U '� •� .� � m � M .� � � UO '+�"-� � � N o � � � � r" ,-. � p p, � � � �3- ' i" � � 'v � U � � � .� � Q �❑ •:-� � n] M 4. Y 'C '��.y �" +-� '� O � y.� as � � � �' ri= V] � N�f..'� N Q s-�i '� U bA A �,.., -d � .� .� 'C O � � b �U °° N � ��' � � �b � �Q � Cj o v� � o o� �, �'' y '� � O �"i �"i O U '� � `� (� � .� .� .b�A � i � � � ~ � � b C/� 4� �� �� H' �' N N N N � ��" ,� � ¢� � Q. � O �y � `��, ,� N ¢� Q+ i3� � '� � ¢' � � `n � � •L" � '-� � � Ri N N +--' ..�'�. +-.� ..�'-� �p., � {'�' Q N � � � N G7 � � � tH [� � �" � ¢ N V] 'd � 'C � N � 'd C7 .b � � � o�n y o � o ] a, � � � � � ��^�" � c� ^4� ^ � � � ~ V] � F-� ~ � 'ch ~ �rl ~ C/] � cd � U � cC3 � U �--� N � b � a� U N � �1-y P� � v� N � N � � � O � �O � a b � � °� � U � � � .� � � � � o p, � � � '�p U b�p N c� � � o � � '� °� o o � � � ca N � O L! Q C� � � � � O N ,+�r, � }" V O O � 4: .°� '� � � '—' U U � ��w `�' �'� a,� � � � � y 4r � � ^�+ � U ,� O Q" �'ip � � .-, .. b N b y,�F'' N � 'd y 'C � N .� .� �, a � � � � � � � � � � � � m `� I � I � c� � � O � � '-� p � � ' .. ^� �O � � � � � F., � � O � � po � �p U,.d V � C/� � V� � � � � � � �D � � � � N � cd � -�i ry/� C/� �i �-+ N �--� N M'd' V1 �D l� 00 O� O� N M� Vl �O l� 00 O� O� N M �' �/'� �O I� op O� O� N M �t vi �D l� 00 � O N M �t ��O l� op "" "" �"' �-' �����--� �--� N N N N N N N N N N M M M M M r1 M M M M V� � �t �t d� � d� et � .--� O� N 9 N � ¢ aor. d �v o � oa� a�¢ �U¢ � � � � 3 > � U � 3 � U �� Lq z o� Cr.1 UU H O 3 � O O � � U M 0 N � T ti � � .� a C � � � --� -_ i = .' 1 �1 ��..:1_._J�::. L—j�..: ,J.—.�i., 1��,_ _ �� ,:.: �.�_...-r�.i'i_.-r�..�.�i....__,�.._�, ;i.�_ 1.._.te��.. �_ : :.�.... I �� � ' w o � Qrrr���---��� � M y � M� a � � a�' w � w L � � a � °' 3 ' h � � � F'� 1 � � .� � U � N � � � y � � a � 3 � ,� •5 o w �' �, � Q � � c��-., �Os�.. ~ p� � � V V � U H vi '�, �"-r' � U„� G� w 4� o '�"i � 0 � '�" -/-� a�i p, � 'L7 c�C . � � � � � � � � � U � U � , o � � �' g � o � o >, � o a? �.� p'�Q � �U U`� � � a�i �w o � U 'ti 'b y 4,�y � �' o .� bn � ' � p ``" r�" � � ao � � �° ° �v � a � a. w o � � a� � • °� � .� � Gq � ` N � 'a" � 'a" v U Uo,o � o .-, � o � �� ?� � o o 'o � " � � °' � � a� � �a R;�''a' U o� ,� o �' i���� �� �p° �° �° N`O �° '� �° 4-��, W c° R��i c° P� c° �� O O O� O � a � 'C 'C O'i"�' .O .� O t-, s-. ..-� .'. ... ��'' .� N '� O � `'' ��'., ''' -�+ �'' 40� 40� � i � � c`�i i F� � � � 'd � � � � � 4; 4=� 4: C/� 4: '�'' �. �� N'��' 4; p?+� p?+ U U �, � .. � ., .� .� �� s � ������ ����� �� a� a� a� o a �� p. C7 � bo a. a� a a� a, �� aa a v� H �t„ �„ v�,�v�.�tn aa b-�o -b��-d b `�-d�v�"� bvb�b ��db �� ��b ���.� � � �.� �� ��b N "d � cC .;� U U � � � � `' � '� � � � r� 'v ° � o � o � 3 � � �v�v� �� �v� v� �� ����.., v�`�v� �v� �v�v� � o a I� I� �•�� � I a� I a� I� I I � O � � N U � � �' a N � � •y � � � � � �" � � �N�t �O� �,—, p��� ��•� N�N.oM �dN'� c�Uc�?:v �v�v �v�i,Q� qw"Qwl�,�QQ ��H'�E�-� �F�-� oH �F�-� �H � �H �H �H'�HH � � Q � � �i Q � � z � C/� � U � � � Q � � � �i � �ti ai 4: on ,.� . � • .� ,� � � d o W � H z � F� W�I -/. � a � � � E� � � � � � � � � � � �O �--1 �--� �--I �-�+ c�i A -d 0 a � � � � � � a� � w �. �° � O U � .� O .� cd .--i � � � .� � cd O .v � O U 0 � Q N � � � ti � � � � o � � � � � � �� O � �� � � O ,� a � a � � � � � .� a� � C7 � id .� � .� � 0 U G a� W .� � N .� .y � ti � ,� O 4-i � a r-+ N M d' �!1 �O [� 00 �--� N M�i' V1 �O h o0 O� O�--� N M� vl �O l� 00 O� O� N M�' �n �O l� 00 O� O � N M 'd� v'i �D l� 00 '""' �""' ""' "'� �--� �"� ^� �--� �--� �--� N N N N N N N N N N M M M M M t+l M M M '. rn y N �N � � � � �z�" � .o � oaV a�¢ � U ¢ � ti b � 3 � ti � � 3 � U � [-�-i 00 � � UU H x 3 W 0 � �-' � U � 0 N � � n � y .� f� [ QI��t ��ICI�I`� - . I g [ �I '� J . � :..: -i_._.._.1. _ l____� . ... l_l.r -. � =„_j ■, ,, �.-_.-.-.J:., .: �_.�1..: .. .�J _ _ �_..,� _ � _ ., -i..�--�_ _ -:A�.-�: ., _. ,� ■ _ _ �.. ,� � � <� r�._. �� � ' W o oa M O V1 `� 7� ro M � a � � W � w W � � z � � � � � � O W O a U W � N 0 w U � � � �" � a � � � O �--� �--i .-� � W � H C � z 0 � � � E"� � � A G� ti � �--i y 3 � � �. � � � � C-�� � � A w �' O � � a � � N d N �--i �--� P� � N M � V'1 �D [� o0 � � � � � � H H � � a H W � a � N N N � � � � � � � ti � O � . � '—' U 3 � ;O � � b � � � v� N �". ,--� � � � � � � • ,��. O O <� � U F. a" , o � v� � � c�d V V .� � 4� 'J � cd c� O � � � b � � N � � O U o "' � c�i c� o ,� � ��+ � .a � � � � "C� � � � � � O � '�=+ � � 'p .��N �� � � N �,� � p� �s�°' �:a �. � � �� �� � � N `~ � � � � � V G� �b� �o .� .� a � °� �' 'b .� ¢, .� >,'� [� �� � � O°�v � �d ,—; N � � .y C� � � � � � o^ ,1-, �+Y w � V O � � • � � � o c��v N O ir � � � x � .� .� o o�� � o � ,� on � � a � cH � � •� �"' � b � • 'r.�' � !-�" .� O O O �' rn t-. U U. s',�' yN � � � +� � '"' c�n v�i .p� o o � ,� � c�i o v N '�i .. � oi 4� � .t: 0 � O � � ��+ Ny� O � � N V G7 ,�C bA H N � � � •--i • �i `+-� U O • -��"+ `n � O � � � �.�i d�' ,� � � N � [� � Q � � '.fl '� � � � �d � C�/1 �� � �� o"�� �`�"� v�i .� bA S� 4� ��. f� b�., �.�. 4� . J ,� p.� 'C7 � rn op O V O.,�'ti on`3`3 �'C�„���0�3 ,�O �..� Q t" `� ^�' � � U+-' � U O O 'b .�'. ,� V � � � � �d � '��i' � +-' M � �-�+ �' 4� '� cn G," y y,�� V�n 'd `� O c� N,�" � "" O v� cd y� p � G"" .+ � � bA U � �." �•� �,� c� ° N�� c' � o•� c� U o ���� ��'��o��b���� ,� `�-� `� � `''" � � � � '� � •� •.. a� � a o o � a� � �s � � � � on � � `�� � �-d,�3 4"� �° � � a�i a��i � .� � � � ,M b o � � �° � � � p --, � � � � �� C�i M���' O� M O� c� ^ � I� �ab�Q� ��a�1a �� �v ;.° o w � .� � -d a� <+: U � "" N � c� � � cd� N � N ti � .� N� N � O M �C!1 M � ,o � .� � U � �--� � � � � � � O � •^ `� ' � a� �, 0 0 � o � -/� � � � o � � O � U w 0 U cd ,.o O O O M M O � 0 .y U a�i � � o a � U c� �. p �U a� � c� � N .� � O b�A � � � .� � � O 'C o0 N ,--� � U � ~ � � � cd � �° � � a� � � � U � rn �� � o � �� � � � � � c� � M �t V't Q� O .-� N M��/1 �O l� 00 � O� N M�t �n �O h oo G� O� N M'�t v'> �D l� 00 O� O N "" ""' �"' ^'� �--' � �--� � � � N N N N N N N N N N M M M M M M M M M M ��� ��� N v�i W 0. � �: �zW � � U a� ,�U¢ � � � v � � 3 > � U 3 � ,� � � m� � �j UU x a 3 � 0 w O � U � 0 N � � � .� � . �.�..�i 1__.� . � 1—.,Ji , � _ �.�% �, , _ 1._._.� ,: . ,� l.._..�- ,�._ -_.� _ . �...�.�A . : ;L_.._-,�: �..,a : J L ; �i , 1.-1 , : �,.� . 1+1 �L . �._..._.1 .. �.._��. , �� � ' W o � � � M x f�C �^ a a M � � � a W � � � � � .� 'C7 0 '.d � c� c�" � a� �A b O � a� U � S�. 'b N 'b O � c� � � ,� O � '� � �� � � .� � L+] � � a, � N � U � � o °' � .� 'b O cd c � � U � � � � U N o � � � � c� [� U c� a� v� � U � � � H � Q U O � � p O � � O O N � M 4-� O y M M U � M o � o o � � '� •.. � . � . � ;-� ° U y U U � �.., U �� N C%� C� .�f., Q� � C%� o p � o o � .� � � b q p � °� � o � 4. y �°� c° � c° U c° +� O y �� N O U O � O oUp., �U �U a�U ��U � �, �., Q. �.., �J c� w cd � c�3 p.i cd � cd �o I� oo v� � W � H 0 a � A a Ey � U z � � � �� a O U W � U � O M � N N � N r1 V' v� �O l� 00 O� O,--� N M 'ct v1 �--i �--i �--i �--� �--i .--� � -��- U W M d a W � N z a a � � � z 0 N � � W vi .� � 4. Q O � � U 'd O U U � .� � c� � � �'n � �� � �q .�b cd � O � � � L� ~ � � � . �I � �--i N M M M M � .� N a� � .� � � � N � � N �p" ,� � +-�.+ � � ti c� � o U �� 4� O U � � a� � .O � � � � > � 4� � N N � cyd �� � � o�b� �, v O � � +-�+ b p � N O ,� U :. � � o � � � � m a> � b � 0 � O � � � � � cv .� � � � � � � �°�� P, � � � O 'd V O rn � � � 4-� � . � U �, i""i b W a4 � �; � • O � N w � z � � �i � E� � � � M .o � � N .t'i U � � b � U ° '3 � a � � � o o � a� .� U U 'j � � � •� � �; N . � � U 4" � „fl � O � � � O 4-i O � � � . � ,.� � � y � 3 � �.��o � Q� U v�i � U 'Lj •ti c� � � � ? � .iC', O � � � � � � � � ,3 OU `� O !� ' l�, � �' bq o � � � � a � �� � � � � �.� dj N�. v� i� v�i � �o � o � � °v,' i bi0 a�i � . � '� ,� � cd .� .� � � � .� � � � bA � .. � v 'CS � � � i., � � � O cd � c� O � .b .-C�r p � ^�S' N � � N � � � a> > ,--� '� � .'��a`�,� a,� 3 � M � � N +-� p C .� p cd �� �����'�o �� N s"" o�,+�-' � p U'd N v eyi, o� ° N� 3""'� �"' � y � � m W v� � � � � � � ���M� a��3�° �. � �. � � cd ..fl U "C� N �+i N C7 ~ � �O l� 00 O� O ,--� N M � v1 �O t� 00 O� O� N cn '�t �n �D l oo O� O �--� �--� �--� N N N N N N N N N N M cn M cn M M M cn M<n �t 'ct .. �, N � � � .0 O � az� a.o� oP.0 a�Q �UQ � � � � � � 3 > � U � � � � � � � � � -�j U U H� � Oi 3� F� � o� oi �� Ui i� �� N �� �ti � �g � .� i� r ' � �L_..1'i , .�_1'i L__.J ���� i..__..1 . �.._._.�,, ..�....� ...1�..�. �t.___--�I : �._._.�.- a..��_ _ .�..--JI . ��.�� 1 � , _�,_..� � ,�,.� �___._�_, _ _i___-_�: �� � oa � M � l� `�^ � � m p, M � � � � W � � � � � � � � � � � � � � O ��-�1 � p 'd�y vhiI� '3 � � • i-1 � � M w1 • �--I � y C � .¢, � � O � �i � � �, � '� � 'b � .� 'y 0 V Q � � � `� � �' � 3 ° a' ; � � .� N , p c� � cd �' � .Uf", bA � N ,� p b � �p ,� O � � .� � � 0 � � � � w � V � � cd � � V � � � .� � o .� 'b o � .� .� � � � � .� � � a � � o ,� � o � a�i o " � v� °' �° � � '� a' o a�"i � � � ° ° � �' on � � � � � � � . �� � o :� .� `H o '� � .� o � � � '� � � ° ' � °�' � .p � j v�i r�i, � 4�, � +-� � o ¢' U ,"''�- V.� � � � O O N � � '� rn bA V Fy S� � i-y �,� ^� .,..� � � � � 4-+ � � � U . � U � � �' �' .� � � � a�i (� � � ° � � , u, � � 0 3 0 .� � 3 s-� 4-� ,n 4� � V p�d � bA � �p vi c�d ��,� � 'C O � �`�O � F; 1� cd .� ���� 4� V U� ai '+ N O v� p o � � � � ' 3 � .� a> � � ' c�i °� ,� � � � o �., �, � � .. .����.,,b°q��Q�����,��o�� ��� N cC v� � p `n ' Q" .3", r�'i, '� .� 4" y c� O� p+ � v�i ;b o � � � •° a'vo � o ° � � � � '� ,Q. � �; � � �-+ U'3 �,, ,� N O � p. ,� O�, ° o o,� ° � � °3 �'°� � � o o �'d o � a a..flQa � � � �� a �•�v�x,� � �rw ��H �. ,� ,� o o '�d � � � � o '--� N c� � U.� � U�� N a c� � N M a � � � � � � � O � 0 � � •p� � b � �' '� �, � �p N b � � � �n N y � °v�' O � � +.� � � � �t�.� O � .� N c0 � N 3 � 3 0 � � � � � � on ,.q � y '� ' V s�.. � � i� 'C � � � � � cd � � N � .� U � O � � �' U � � � � � a �•� �.�¢. ,� � � � `� ���•��'� � � .� � �� ��� °o '� � � ° � ,� A � � ,� °' � � � � �; � ;.d�, o� o °� � o � on � � ai � � ° � � '� � �! .., �,,,� .� a� � �v �, 3 `� o .d a� � �°' o �a�,°v�aa�o oj O c� N � V ...� �� a% N� s� �,� 3 0 � N�'n o 0 s�, ' ° a � °' �' � " o � o � o y �' � O 'b V • � c�.y � �I N �' 4� '—' bA 'b o a� c� o� � ,`� � a�i v� � e' -d o a� �' �O � �'� 3 � � i � a °�� ob �.� .� �n '"� �V O"U ti �!� O 4� s"' p • C. � N c� �� O �� N f.�. 4� O.O ,., ���, N I-� �� N L: ..� o � a� � '� � a�i � � 3 '�b,o � -d � 4' � ' � � � ,� ;.o � a� °' � � a� '� �'o � .� Q, � � > � a� � � � � � � � ° o •d °�,' o °�,' � � ° . � � a��i � , � p c� o � > � y a� c� .� � � � � �, . '�.�:' � O P. , b U ¢, . � , � .S". � � � V � � O � � U � ��' � � ° �� �� � � W � � � �� � � � ^" � c� a� a� �' cd ''a- � a �� a) 0 �.. a> v� o cn ��+-' cn � 3�'� ��;d >.�•�v�,.� � �U�� ° °� 0 0 0 ��+ ,� � � �° � a" � ,-. r. � � � � � U r+r' f� F7 r-+ O� ai � I�-� .� N ��.� N C/] �i Q++� �� .� Q� .� w� .��v M � � W � N z z � � � � � � aW a W � Ey 0 Z O F � � � � � a °a E"� � U � � a A w vi �o � M M M � O U N p. 'd � � H b a� � 0 � 0 m m 0 U N � � � � b 0 U � .� .� � a� � � a � � N M� v� �O [� 00 p� O� N M��1 �O h o0 Q� O� N M�i' vl �D h 00 p� O� N M�f' v� �O h 00 Q� O�--� '""' ^' �"' ���--� �--� ��--� � N N N N N N N N N N M M M M M M M M M M tt V' � � � � � � �� y N �N � ao� 0 F- � o � of.�U Q ,�UQ � � N � � 3 > � � U 3 � � � H �z � ��j-' U t� O 0 Q U �7 w a z 0 H x� H� OvFiM �,ON p4 U� o�� � o�g � � > U v�i a�' �i , �..� _ . I...T�I �. i..:� _ :_... _�, ..,�. :^...J'i. :._.�'i � l,_.�.� . ._.._�► � _, �---� ��i. ,...+...._.� . i�.._Ji _ . �� - ._ Jd._.JI . . �._-�1., _; _ �1..._� .., . �,..�-�.= M. .I �� � ' W o oa M Q o0 M � � �^ a M � N � r-.� � W � w z O Ey U W � w A W W CJ `�, U O � � a � 0 :� � � W � A ^ N M � .. � � � � �� �� �_.� �� � � �� N �°°� .r'.. O �, C..� �z�" � 'o � oP,U Q �' ¢ ,� U Q � 3 �n v � ro 3 > � � U 3 � �a �H w� ��j- UU O z 0 H ¢ U � U W 0. � F-� x� �� o�m �,ON 0��, w � �o�� � > U vFi w�' N q t�i c°� � Q �' `V t L (�j O ti y � h � 3 N � a 3.+ t y ro �L ♦ � N n M u� � � � 'D o� O � � M c � q t O y� � = � � �a � � d y U � d � �` q � O N >` � � N S h � � � � � � U W � �. 0 � 0 b � 0 o ,� � � � � � � M � � � O � w � � o o .o � � � � f� ti U Q � •�, z a � � � �O � �o �F� ��z C� � �' ��� � o� �w � � O� •� � a U U x; � � � � � � O �i N b O� C�V � E.y •� � Qa N .d U 'C7 � o � U � � � � .� � � O .�,� �-, v� O� a" •� c�3 ,.�', �U >°, a� � � O ;� O � .�t"., ,� � , o �,o� � �� � � � � ?� �� � � b �. ... � � �. o �� � � � � F' o +� 'v �� � � d� � v [- x c� � r-�i O � � Q�„Q � H � �0�� �, O � �O � � �x � p O� C1� �'�i, �O � � N M y � a `� � � ��� .n •.-+ t" 'd ' ,d W��� a� � � O � U � � � a N ���� a G�.�i � cd `� � �'4 x'� c'�d � � � � V �� �•� o 0 o�oa�o �� ���aa�i o0 � '-" R+ v� p�.i p � �� � � '� � a� xa.���a a�� -o ar.. o � � � � � � c� U � � � O � � b o,' � v��, on � �.�� � ��� �o �a��Q � �Hw '-+ `i' Q -- � 'd Q+...v�, N � i-��i�� �� �� 0 � Q � � Q � � � � • • • � • � b � v W � �` N U � � � U U 'Cy � � � F� O o a U ,.; � � bA � N '� N � ,� a� U ,b � �i U O � 3 oA� 'o � � � � � ����' 0 � � a��,� �� � � � �� ���a���.� o�� ° � �� ��'�� �' �''�U •� �s � -d � �, � o � cn `� .� �s�� ��,�••.,a�,���,'� c� N N���•� O N"" b . n �n 'U � �q � {� '� c�d +' O p� � O � � ' c� O �Q��WU�Uv�E-�Uv�Ov�p� • • • • � • • • • � • • • • • M � W n m a� N C a� U J N O m c 0 � .� 0 �ro U O d W � b° � F C � � 0 a W � .� � r 0 a a O m Q W � a _� 0 Q N F- Z W _ U � a � ��.., : �....� . ,_�L..�� �._._.� ,,_ ��'..,.,.. �..�� � ,�_L.Ji. .. i_�'i �.� � ��i _ il_._..�..,,�.T � 1 _. �-.�.� �---� . . +�...�l� . .l____.G :_.r.� �� � : � 0 � J 0 z �I W � z � � 0 0 0 � 0 �� �zQ °�� �.°�, M � � w � � o 0 oa'�N� �d��� � C/� �"' c� � Ux�a�-, o� ' � '� ao 0 � °..` � o �� � �b b �� ;�•�o > �� ���• � ., � •� .� U � � a� o E'�-� '" O -d U � o� � � � U � � � ca � •� � > � � O � � �b� �o � o;o .� �� �� � ��� ��C°�� � �b �� � �.d°� � �.�o '� � � '� oa��;> � o'� ° �a O o � � � >, � �: a� U � � ,\ ' ��\� `� �� � ,� ��� n ��� � � 0 0 x W F� a x � z� � �� � � U � b .� z r� a � � 0 ¢ N F-- Z w _ U � a � � _. __r • ' - -� '-- -J' '- —J' `— , . -._� •----' �__�' . a---�' '�— -� `---�' +--_—� , ' � - ' -- � --y --- Zab-£ 1N3WH�tillb ^ cioz 'si inr W21� �03N�3H� ��6�V w°cia�o��`°`-��5 31V0 NVf �N�dV2)4 �� ����� � a�aorasm. eUnoHs Sv 3�tlN0i Sl� 133HS 0B6Leionew-csza�a3�vM 31H�5 �I9 �N`JIS34 2��'�st+3�S•3.�1 0 ON 1�3fOiid �: 03 �>'•;o � i 2J33N19N3 N91S30 � �� i��:� 844L6 �d�� � i...:..................�. :.../ -' �03111Y18�S % Hdave �i 3�ao�� i n �rs ��/ /� � ::....................:�'i L � �4 � o �030N3ViVi0�321 �03N`JIS3� �1��''• G,�VJ(�J�, �% 6I 'ON NO1.LYiI.L51'J31i HEitd 3d8J. Si��r��� p�3�3 I,lb'r3 "'" ldl`�-' 69L9-LOI9L SV701 'N1a0N iNOd �\ �`��� ,.q u OOE 311t15 y aniaa ,utsaan�nn �s ozei � 3lV�S Ol lON � �aNI �S��LVI�OSSV �I�i'ZjYn�IcI NV�IV 'l�tl 30119Vi1d `J ia33^+i�r+3 � Mp QN�% H�Ni�9 ,�4 � 84Z 31V05 Ol lON � SV%31 3H1 tl34Nf1 35N3.iJ0 �ivl3a oad-noe �evnow3a S�I�/L�4 Sf103Nb�ll3�SIW Nv si 833NI'JN3 31915NOd532i N' � � SlIV130 O2IVONVIS 3Ni �o Hoiid�i�itoN a3d021d Lf10H11M 1N31Yl1� I�St/Hd `S.LNHY�I�AONdNII 2I�M�S I�IV.LII�IVS QNfI 2I�,LdM a31�5 f10Z/H/L1V2131T! w �t1RIQ SS�2i�2i�.LdM QNF/ H�d�g OI�IISF�� NO Bbi(6 "oN 3d 'tM+MJ "1 Nb 1N3W3/�t/d 2l3aNf1 '1'li��l�d8 H�N32l1 o A F 3`Ji1030 A9 0321lJOH1fiY StlM 9-.l o 1N3YY(1J04 SIHL NO 03Ntl3ddv 3did Ol 03a13M � AINNI�I210 1VNL T13S SIHl 3LVld H�NI 9l/£ o 2I3.LYM � 1N�W12�`dd3o �I�1dM l 3'""ae�� M' � S`dX31 'H1bOM 1a0� �0 ,lll� N�N32ll NIW .9 ~ N,180.� i i� i i i_ i i-i i i_i i i-i i i-i i i_i " AB N0151�321 31V0'ON If � �NIU038 ONLL00� 31321�N0� I z xVw .il dNtl 'NIW .9 lVLfll�flillS .0-,f%0,9L � I o �213 L W(14N300V i13d ���L Q —) I�- j�� ro o 'SNid34 llV 1V OL SO CE NOLL�3S ?l3d ' I'I o � � �- �%\� Q1 "-1 ""� � M�021 03NS(ti1D SI �1N3W3�Vd i130Nf1 'lll3NOV8 N�N3211 'Z �' I �\' I 'S3Nf1 831VM 3�I/Q13S NO llllN9tl8 210! ONtlS 3S(1 AlNO 'l �'� � � —� 0' ( �- 3h331S 3did 13315 I � �53I�A Ol SO [f NOLL�3S I' 9• �v I AIV�J Ob H�S 0.5 � M3d N�Oa 43HSf1NJ —I ' I- � � I'I III TIIdNBtlBItlLLIM ��\��\ ( ��\��\ � xvw .zt ONV 'NIYI .9 I z _I �I I o I II o I II 3dld 13315� N Ov H�S 4.4 I n II� �' II� I ; t _� � �- Moi��, u�+vs iNivd � n aiaevi � � I < �ux�o� H�raa� � (I � �. ny ','� �p A e."�.,�'Y q."��-� \ ...3UVN99f1S � (M01131, A13jtlS 031NIVd)� '�, 313N�N09 ISd 000£ n s < 3 3lVOS O1 lON 31V05 O1 lON Z91 61 1IV130 �NISS02l� 3dld 3l8VlOd IV�IdJV. I 1N3W039VY3 3did 3JOf1lS 230 a3M3S SdYM9 ONVB SS 9lf o'b - o-o o-o ��o-�o � . H1JM 1008 21388(la Oo o,o 0 o O o o °-o o� . NOI1Vill3N3d 3dld 'd1.1 " � �'�o o' o �o °�o QN36 .O6 O�° -���0. � '3dld 2131VM 3H1 NO _. Al !0 3�NV1SI0 V iJOd o�.0 O�.�o 1NIOf 3dld ?13M3S 53did N33M138 llLiN�VB AtllO ��o-a o-�o 'NIW ,8t M/ 2131N3� 'NOLLVA3l3 3h31H�V I I s OL (S)1NIOf 3dld 3dld 213M3S i13A0 � . 1NIOf 3did i131VM ii31N3� I 331 021VQNVIS � — � 3NIl3did 'NIN ,6 'N!N ,6 . .—.—. 213LVM I 318V10d LNIOf 3did 1NIOf 3dld I34tlW 38 llW� 1N3W1.Vd 210 1N3W3af15V3W 31V213d35 ON dNV 1�3f021d 3NIl3dld 3N1 �O NOLLVTIVISNI 3HL Ol Ai1tl10156f15 03213415N0� 38 lllM NW �.r3 N210M SIHL 'b3NM0 .lLflqV! 210/dNV ��aNt 3H1 A8 03�Oilddtl S�ONL3W 213HL0 210 '3NIl i131VM NO 032131N3D 3NIl 2J3h13S NI 0311V1SNl 3B lltlHS 3dld (OSL SSVlO) �Ad iJ0 d10 iJ3H113 d0 ('NIW ,9t) 1NI0f` 3N0 aNV AT1tl�LL213A 30NV1SI0 NOlLtl213d3S ,0-,Z j0 Wf1WINIW V HLIM 3Nfi iJ3M35 3H1 3A08tl �3llV1SNl il6-D NO 1IV134 33S 3B IIVHS 3Nft 831tlM 3H1 3NIl 213h13S V S3SS080 3NIl 2131VM V 3213NM 'l 113A0� >.' 3YIV21! 'H'W—� �310N � at!-b 1N3 W H�`dlld t�oa 'si i^r W2J� �03N�3H� � �06�� �°at81�� 31vo Hvr Nn�vao ��. ���� 'S'1'N � 133H5 °�ciwiiou-isia�a3tvM 3lV�S �I`J �N�IS30 ^,�?`,�035N3oij yo�) 3ld�S Ol lON O�� o 2133NI9N3�N�153pfOild �.�'?: gqqL6 ,�d���� 6Z� 66� JIMH MO?! l0axl 2�34Nf1 o311,We�s %..Htlatld l 30i3O39 % S�Idl3o �NISd� 32�08 �d�IcIJIJ. ; ,. ::......{ .......:�� £rozlt�/t 11d13� `JNIS`d'J „�Z �430N3WW0�3a �p3N�IS30 �1`'' ��Jp •i E[ "ON NOIJ,Y2I151D3tf ttNld 3dOb �a�3u'�iowry,3w3r3wx+n �I��bk3, V.,.l�y�'•� � �"��y��,'/_�7�� (� 69LS-LOI84 Stl%3l 'H,LNOM J.H03 �\��� 0 3�.� �,��"��P V � 006 3.LIf15 3Ni1Q A.LISN3AIH(1 'S OZEI "1Jtl 3�I1JVtld DNIL'33NI'JN3 � �NI 'S�,LV[�OSSV iI3iYNl[11d NV'Itl svx3i 3Hi a3awn 3sN3ijo '(3did 4VOl 1NIOd lON 00) NOt1V213d0 9N11f102i� �NI21f14 �Nl1t101� W02J� 3dld 1�31021d lldHS 2iO1�V211N0� „ Nv si N33NI'JN3 3�615NOd5321 �SNOIIV�I�I�3dS 213d a31f10219 321f1SS321d 3B IIWHS �NISV� j0 21313WIiJ3d 3Hl ON0/.38 SOIOA I.NV '4 6 S�I`d134 Sf103N`dll3�SIW 3HL d0 NOIlYJ�JLLON SlIVJ30 �2NoMl1S a3doad inouiva U+3rvr000 °� o3�v3s F` � e��iva3nv '03NIV211S32J 38 IIVHS 3dld 9NISV� NIHILN SINIOP 3did ?131iliIV� llV '£ � I�SVHd `S.LN3Y�I�AO�IdL�II �I�IA�S A�I`d.LII�INS QI�I'd �I�.LVM NO BbbL6 'aN 3d 'HV2ftlj 'i �iAiV C�C�T�^�TT AA��.7TTIH �7 �77[��.7�1 3�aoa� xe o3ziaohinv sys 'LZOLL 'SVX31 'NO1S(lOH '133N1S H1210�0� SZ99 '('�NI '2101tllflSNl aNV lb3S 3NIl3dld) ISd 'Z .�L11c1Q 0O�.7C1✓Q''�.l.d[i1 Q1�lV L7.7�''�Q �1�L10 V✓ i�Ail�vnN�ieoli»ii� as�siuitl � '�NIll1�N�V8 ONV 1N3W038W3 210� 1N12131VW 1�313S 3Sf1 1N3W32JIfib3N WfiWINIW V SV '3did �NISV� �0 NOIl�f1211SN0� H�N3211 N3d0 2J0� 'l o 1N�Wl�ibd�a 2��1dM ��M 'LZOLL SVX31 'NosnoH � �S310N '1332i1S H1i10�0� SZS9(�NI 'S2101V1f1SNi SHX31 'H12JOM 1�10� �0 l.li� Hy�oMi�o� 1N3lV�iflb3 03�02iddV ��I�O�d 1N3lV�iflb3 4 y , N�I 30130I1)'VHS S21 3Vd1�W0 Sflw '� N 2J0 Z-�ZLV 1300W ISd 03�02JddV 2J0 � 1340W % 'N3�VdS `JNISV� 341M „Zl ISd 'lV3S ON3 `JNISV� n �.8 NOISIA321 31va 'ON � �NISV� 3H1 301SNI S3dld 213R1aV� 3Hl 1210ddf1S o _ .._ AiJ3 t Wf10N300V 213d El/L � 3did 9NISd� Ol 0301A021d 38 IIVHS Si13�VdS WOlSfI� 'l > _.._.__._..._._._._.._..__... ..._ o -"-'---'----._......—'-----.,_..,__, II_I�11 IIi II �,�a � dll�. ^ F n ' _'r' `""' _ i 0 � '� '____' i (NOLL�3S) f �� �� �� �� m lV3S dN3 � 5213�VdS 1NIOf 3dld 2J312121V� NIVW 3�LI0� „8 s N33h1138 �0 301S H�V3 W021j o 3lV�S Ol lON ,g 'XVW ,Ol 100� l'XVW S213�VdS � �9� 3dld a3Ri21V� - N011�3S f (a3aru�v�nNvw s,a3�vds �.a o m „a + „r „v 030N3WW0�3a SV 213�Vd5 WOlSfI� � i�lll z . + 210 NOt11SOd 213�VdS 021VONVIS) � _ �j- Z � NOIl��S ' 't � ; Nbrld •dai 'a3NNna a�s3�,�oa � �''— m � oa�ao�Ni3a ssv��aaai� Z � s�f-- -� ��� �� Z w <,Z � �du 'a3sia � •s��.., �' 3anss3aa � o ('dA1) MO"I „b � '�"Z� N332i�S — — — — 3ava� �NIISIX3 � , 9NISV� .,bZ S�S .,9 .1£ .1 � A I 3did �Nillij IIVM� iJ3�Vd5 `" �'tj X �1� ..9 �NISV� 3 � ,�Zl �.Sb .S4� � � 3dld 213RJ21V� 3dld �3315 Ob H�S a0 dl4 „9 3lV�S Ol lON 3lV�S Ol lON 'S'1'N °Z� �Nllll� ��dM z�� NOIld2l.1.3N3d ��dM ��d �0Z N011�3NN0� 3dld 3�81X3�� Ol 3?�f11�f12�1.S SNOt1V�l�1�3d5 Ol JNI0210��V 1NIVd '4 �—N011�3S � d21� '3doH '13315 SS3lNIV15 '1331S ��d 'dio — �via�vw •s N`d�d 1138 �r�w ao� N31210� 210 1331S SS3lNIV1S �S31a0S53��V 'Z 3dld ��d a � 3dld ��d NOIlI0N0� H�N3211 421VONVIS NOIlV�V�X3 321(11�l12LLS 3nooa� 3nooa� 3d o Hl�N3l 3nooa� 3d rw o ° o 3A0021� x 3A002i9 3d X 3d fW x fW Jld x�l� � I�OS NI 4 38 IIVHS + a o � o3821fLLSI0Nf1 NOl1V�V�X3 32iflL�f1211S SON3 9NlM011O� 3Hl 3hVH AVW 9N1111� IIVM 3Hl 'L �, Ao — 4NO.138 S1NIOf m• �S�R Z � /��j� j/�/ �� 3dld Z 1X3N 3HL IIVM '�NO� \ \\\/ /\ NIW ,� = 2131dVOd VW� IIVM 321fll�llillS SS3NN�IH1 �NRI dO1S 1f1021� NNI2IHS-NON � 3�Vld NI 1SV� '�l�-'9l� 9NlLll� � - IIVM N0211 3ll1�f10 'iIVM 3132I�N0� � ___� v NII W 9 i � i a � � � � �Nlil IIVM 3did Ol 43SSVl� �Nla IIVM � � + j j � � N011�31�30 MOIIV NOIlI4N0� NOLLV�V�X3 � � . ^? �.�_ . � oo Ol JNllll� 021VONVIS H�N3211 021VONVIS � 321f1.L��2llS I I � I I I 1 I I I I I I � � Z � � i � s3iavn SHL�N3l 1NIOf �b ��' NOLLVAd�X3 213d S3R1V� '1SI4 3did '�1S NI938 3dld 3dld ('d.U.) � ( dAl) 'NIW „9 � 'NIW „9 'NIW „9 � 0318-047-01 ADDENDUM NO. 2 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH CASINO BEACH AND WATERCRESS DRIVE WATER AND SEWER IMPROVEMENTS, PHASE 1 Water Project No. P163-060163014108 Sewer Project Nos. P274-707130182983 P274-707310182983 City Contract No. 01829 D.O.E. No. 7008 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 2-1 Specification, 00 42 43 Delete this section in its entirety and replace with the attached Specification 00 42 43 — PROPOSAL (ATTACHMENT 1-AD2) Item 2-2 Plans, Sheet G-003 PIPE TABLE Change the table as follows: C� � �. '`�1�•OF`T �'�� ��/cg�Z��3 �����E • E:�s�a.� � * � .� •. � �J� �*;�� '•* � .:....d� � ••.•GEORGE I. FARAH f� %' ............................ :.��� v d �� -o ': 97448 : `�."' ����'••. ��CENS 4,G`�� � . �c e����e� oeb��� � FORCEMAIN 10 inch Nominal IPS( 7.49 ID) HDPE - PE 3408\3608 IPS 265 60 110 LAKE CROSSING DR 7 FORCEMAIN �& 8 DIP —AWWA 151 265 60 110 (HEADER PIPE & TESTING VAULT All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. George I. Farah, P.E. July 18, 2013 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 \\ftw2.ftw.apai\share\projects\0318\047-04\SpecsWddendum 2Wddendum_2.doc ADDENDUM 2— PAGE 1 SECTION 00 42 43 PROPOSAL City Project No. 01829 PAY APPROXIMATE ITEM �UANTITY UNR DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT I: Water Dollars and 1 375 LF 6-Inch Pi e Cents. $ $ Dollars and 2 17700 LF 12-Inch Pi e Cents. $ $ Dollars and 3 13800 LF As halt Pavement Removal Cents. $ $ Asphalt pavement repair - Over Trench, including Dollars and 4 13800 LF crushed rock trench bac�ll Cents. $ $ Dollars and 5 19 EA Fire H drants Cents. $ $ Dollars and 6 5 EA 6-Inch Gate Valves Cents. $ $ Dollars and 7 15 EA 12-Inch Gate Valve Cents. $ $ Dollars and 8 1 EA 12-inch Plu Valve Cents. $ $ Water Combination Air & Vacuum Valve & Vault (2- Dollars and 9 14 EA Inch Cents. $ $ Blow Off Valve Assembly 8 Dollars and �0 12 EA Vault Cents. $ $ Connection to Existing 16- Dollars and 11 1 EA inch Water Main Cents. $ $ Connection to existing Water pollars and 12 4 EA Main Various Sizes Cents. $ $ New Water Service, meter, box, cover, PRV and Dollars and 13 117 EA connection Cents. $ $ Dollars and 14 1080 S ft Concrete Drivewa Re air Cents. $ $ Dollars and 15 1440 S ft As halt Drivewa Re air Cents. $ $ Dollars and 16 5000 S ft Gravel Drivewa Re air Cents. $ $ Dollars and 17 12 TON Ductile Iron Fittin s Cents. $ $ Dollars and 18 1 EA Traffc Control Plan Cents. $ $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS � Of 7 ATTACHMENT 1-AD2 SECTION 00 42 43 I�:��]I�I+�A City Prqect No. 01829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Tra�c Control Dollars and 19 10 Mo Im lementation Cents. $ $ Dollars and 20 1 LS Ground Water Control Cents. $ $ Dollars and 21 18075 LF Trench Safe Cents. $ $ Dollars and 22 18075 LF Utilit Location Cents. $ $ Remove and Replace Fence Dollars and 1 23 1 LS of All T es Cents. $ $ Tree Mitigation (Contractor to Parks Dept., any damage Dollars and 24 1 LS to trees to be saved Cents. $ $ Tree Protection on Parks Dollars and 25 1 LS Pro ert Cents. $ $ Stormwater Pollution Prevention Plan and Dollars and 26 1 LS Im lementation Cents. $ $ Dollars and 27 1000 SY Grass Sod Cents. $ $ Dollars and 28 8320 SY Seedin Cents. $ $ Dollars and 29 25 CY Additional Class B Concrete Cents. $ $ Additional, Rock for pollars and 30 50 CY Foundation Cents. $ $ SUBTOTAL UNIT I: $ f-Y t I � F' � � � �� � Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 2 �f 7 ATTACHMENT 1-AD2 SECTION 00 42 43 PROPOSAL Ciry Project No. 01829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT II: Force main Dollars and 31 3885 LF 8-inch Pi e Cents. $ $ Dollars and 32 135 LF 8-inch DIP b Bore Cents. $ $ Connec6on to Existing Doliars and 33 1 EA Manhole Cents. $ $ 16-Inch Steel Casing Pipe by Dollars and 34 '1435 LF HDD Cents. $ $ 24-Inch Steel Casing Pipe by Dollars and 35 180 LF O en Cut Cents. $ $ Concrete Pavement Dollars and 36 55 LF Removal Cents. $ $ 24-Inch Steel Casing Pipe by Dollars and 37 305 LF D Au er Bore Cents. $ $ Dollars and 38 740 LF 8-Inch PVC Carrier Pi e Cents. $ $ Dollars and 39 56 LF 8-Inch DIP i e Cents. $ $ Dollars and 40 '1435 LF 10-Inch HDPE Carrier Pi e Cents. $ $ Concrete pavement repair - Over Trench including Doliars and 41 55 LF crushed rock Trench Bac�ll Cents. $ $ Asphalt pavement repair - OverTrench including Dollars and 42 1045 LF crushed rock Trench Bac�ll Cents. $ $ Ductile Iron Fittings for pollars and 43 6 TON Sewer Cents. $ $ Sewer Combination Air & Vacuum Valve & Vault (2- Dollars and 44 3 EA Inch Cents. $ $ Dollars and 45 2 EA Concrete Drivewa Re air Cents. $ $ Dollars and 46 4 EA Gravel Drivewa Re air Cents. $ $ Pressure Testing Vaults not Dollars and 47 2 LS includin air release valve Cents. $ $ Dollars and 48 1 EA Traffic Control Plan Cents. $ $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CI7Y OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 3 of 7 ATTACHMENT 1-AD2 SECTION 00 42 43 PROPOSAL City Project No. 01829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Traffic Control Dollars and 49 10 Mo Im lementation Cents. $ $ Dollars and 50 'I LS Ground Water Control Cents. $ $ Dollars and 51 4121 LF Trench Safe Cents. $ $ Dollars and 52 5996 LF Utili Location Cents. $ $ Fence mitigation (Remove Dollars and 53 1 LS and Re lace All T es Cents. $ $ Tree Protection on Parks Dollars and 54 1 LS Pro ert Cents. $ $ Stormwater Pollution Prevention Plan and Dollars and 55 1 LS Im lementation Cents. $ $ Dollars and 56 1499 SY Grass Sod Cents. $ $ Dollars and 57 9400 SY Seedin Cents. $ $ Dollars and 58 25 CY Additional Class B Concrete Cents. $ S Additional, Rock for pollars and 59 50 CY Foundation Cents. $ $ SUBTOTAL UNIT II: $ t �. L �. L .� � L m CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 4 of 7 City Project No. 01829 ATTACHMENT 1-AD2 SECTION 00 42 43 PROPOSAL Ci ProjectNo.01829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT III: Gravi Main Dollars and 60 710 LF 12-Inch Pi e Cents. $ $ Dollars and 61 100 LF As halt Roadwa Removal Cents. $ $ Dollars and 62 710 LF Utili Location Cents. $ $ Fiberglass Manholes (4 Ft Dollars and 63 4 EA Diameter 6 ft De th Cents. $ $ Fiberglass Extra Depth Dollars and 64 35 VFT Manhole 4 Ft Diameter Cents. $ $ Dollars and 65 100 LF As halt Road Re air Cents. $ $ SUBTOTAL UNIT III: $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 5 of 7 ATTACHMENT 1-AD2 SECTION 00 42 43 PROPOSAL City Project No. 01829 PAY APPROXIMATE ITEM �UANTfTY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT IV: Low Pressure Sewer Dollars and 66 500 LF 4 HDPE Pi e Cents. $ $ Dollars and 67 2 EA Plu s Cents. $ $ SUBTOTAL UNIT N: $ UNIT V: Lik Station Fiberglass Manholes (6 Ft Dollars and 68 1 EA Diameter 6 ft De th Cents. $ $ Extra Depth Manhole (6 Ft Dollars and 69 13 VFT Diameter Cents. $ $ Dollars and 70 1 EA 8-Inch Plu Valve Cents. $ $ Dollars and 71 3 EA 6-inch Plu Valve Cents. $ $ 6-Inch Oil Filled swing Check Dollars and 72 2 EA valve Cents. $ $ Dollars and 73 3 EA Air and Vacuum Valves Cents. $ $ Dollars and 74 1 LS Concrete Valve Vault Cents. $ $ Wet well, valve vault Submersible Pumps, including Clearing, grubbing, Dollars and 75 1 LS site work landsca in Cents. $ $ Dollars and 76 1 LS Electrical Generator Cents. $ $ Electrical Controls, RTU, Programming, Dollars and 77 1 LS Instrumentation Cents. $ $ Dollars and 78 310 LF Chain link Fence Cents. $ $ Dollars and 79 105 LF Wrou ht Iron Fence Cents. $ $ Dollars and 80 1 EA Wrou ht Iron Gate Cents. $ $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 6 of 7 ATTACHMENT 1-AD2 �9�«��[�]�IZ�iy�3 PROPOSAL City Project No. 01829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Dollars and 81 1 EA Chain Iink Gate Cents. $ $ Dollars and 82 985 SY Concrete Pavin Cents. $ $ Dollars and 83 1 LS Site Li htin Cents. $ $ Dollars and 84 1 EA 10-inch Gate Valve Cents. $ $ Dollars and 85 65 LF 2-Inch Waterline Cents. $ $ Dollars and 86 60 LF 6-Inch Waterline Cents. $ $ Dollars and 87 1 EA Meter and Valve Box Cents. $ $ Dollars and 88 1 EA Fire H drants Cents. $ $ Dollars and 89 1 EA 10-inch Plu Cents. $ $ Dollars and 90 1 EA 4-inch Gate Valve Cents. $ $ Dollars and 91 1 EA Hose bib connection Cents. $ $ SUBTOTAL UNIT V: $ TOTAL UNITS I- V S ALTERNATEITEMS UNIT VI: WATERLINE ALONG RANKIN ROAD Dollars and 1 1310 LF 12-Inch Pi e Cents. $ $ Asphalt pavement repair - Dollars and 2 1310 LF Over Trench Cents. $ $ Dollars and 3 1 EA Fire H drants Cents. $ $ Dollars and 4 'I EA 12-inch Plu Valve Cents. $ $ Dollars and 5 1 EA 12-Inch Gate Valve Cents. $ $ SUBTOTAL UNIT Vi: b TOTAL (UNITS I-VI) E Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 7 �f 7 ATTACHMENT 1-AD2 0318-047-01 ADDENDUM NO. 3 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH CASINO BEACH AND WATERCRESS DRIVE WATER AND SEWER IMPROVEMENTS, PHASE 1 Water Project No. P163-060163014108 Sewer Project Nos. P274-707130182983 P274-707310182983 City Contract No. 01829 D.O.E. No. 7008 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Clarification: The Contract document Section 00 42 43 PROPOSAL Item No. 24 Tree Mitigation is related to Trees on Casino Beach Park Property only. Item 3-1 Specification, 00 45 12 PREQUALIFICATION STATEMENT Delete this section in its entirety and replace with the attached Specification 00 45 12 — PREQUALIFICATION STATEMENT (ATTACHMENT 1-AD3). All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. George I. Farah, P.E. July 22, 2013 1���.�����' .,� qE OF TF ��al „-'S�P''��� ��' '�Si�) �-. � � �t • � � **,i1� �Zz�2o(�j •••GEORGE I. FARAH.•. � � ....... ...................... ... ..8: �� � ? . 97448 • •` �� 1�j�Q� � •��CENS��• : : �itv� �i �C` ••••...... ••' G��r ,1'���� ��o��N : CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 \\ftw2.ftw.apai\share\projects\0318\047-04\Specs�P,ddendum 3�Addendum_3.doc ADDENDUM 3— PAGE 1 00 45 12 - 1 PREQUALIFICATION STATEMENT Page I of ] 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 f►�II 28 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Contractor/Subcontractor Company Name prequalification T e Ex iration Date Lift Station Pipeline Work (12 inch Waterline and 8 inch FM The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: : Company Address City/State/Zip Signature: Title: Date: END OF SECTION (Please Print) (Please Print) CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 1, 2013 ATTACHMENT 1-AD3 0318-047-01 ADDENDUM NO. 4 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH CASINO BEACH AND WATERCRESS DRIVE WATER AND SEWER IMPROVEMENTS, PHASE 1 Water Project No. P163-060163014108 Sewer Project Nos. P274-707130182983 P274-707310182983 City Contract No. 01829 D.O.E. No. 7008 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 4-1 Specification, 00 11 13 Delete the first paragraph in its entirety and replace it as follows: "RECEIPT OF BIDS Sealed bids for the construction of Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I, City Project No. 01829 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, August 8, 2013, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers." Item 4-2 Delete Specification No. 00 45 39 in its entirety. Item 4-3 Add Specification No. 00 45 40 "MINORITY BUSINESS ENTERPRISE GOAL" to the Specifications (ATTACHMENT 1 AD-4) CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 \\ftw2.ftw.apai\share\projects\0318\047-04\Specs�Addendum 4Wddendum_4.doc ADDENDUM 4— PAGE 1 0318-047-01 i _ L � All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. George I. Farah, P.E. July 25, 2013 N ��������>> +�,�E OF TF,�II � 5�P'���•. ���:�9s' 1'�! � *: � �':� J� :.*' �* : :.........................::... �1 GEORGEI.FARAH � , ..................... ...............� ' �o '� 97448 :' �r'�' ��r�O.c.'.��CENS��.' ���i 1� �`S, '••••.......••' �Cj�,� 01���� w�:a� e �.. ���� -�ZS� Zb 13 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 \\ftw2.ftw.apai\share\projects\0318\047-04\Specs�Addendum 4�Addendum_4.doc ADDENDUM 4— PAGE 2 00 45 40 - 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 40 2 MINORITY BUSINESS ENTERPRISE GOAL 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 6 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 7 subcontracting goal is not applicable. 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 11 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 12 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 13 14 MBE PROJECT GOAL 15 The City's MBE goal on this project is 12% of the total bid (Base bid applies to Parks and 16 Community Services). Note: If both MBE and SBE subcontracting goals are established for this 17 project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Foim to be 18 deemed responsive. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 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 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. Failure to comply with the City's Business Diversity 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 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 IOfferor shall deliver the MBE documentation in person to the appropriate employee of the Managing �epartment and obtain a date/time receipt_ Such receipt shall be evidence that the City received the documentation in the time allocated. A faged co will not be acce ted. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid 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 Utilization Form, if participation is less than the bid 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 Utilization Form, if no MBE participation: the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) City business days after perform all subcontracting/supplier work: the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed goal. the bid opening date, exclusive of the bid o ening date. END OF SECTION CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised December 2Q 2012 ATTACHMENT 1 AD� 0318-047-01 ADDENDUM NO. 5 TO CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF FORT WORTH CASINO BEACH AND WATERCRESS DRIVE WATER AND SEWER IMPROVEMENTS, PHASE 1 Water Project No. P163-060163014108 Sewer Project Nos. P274-707130182983 P274-707310182983 City Contract No. 01829 D.O.E. No. 7008 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside cover). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. TO: PROSPECTIVE BIDDERS AND PLAN HOLDERS The Plans, Specifications, and Contract Documents shall be modified as required by the following items: Item 5-1 Delete Note 6 which was added to Sheet C-113 TESTING VAULT PLAN AND SECTION in Addendum No. 1 item no 1-3 and replace it with the following: "6. WALL BACKFILL MATERIALS SHALL BE "SELECT FILL BEHIND WALL" PLACED IN ACCORDANCE WITH PAGE 3 OF THE GEOTECHNICAL ENGINEER'S REPORT DATED DECEMBER 4, 2012." Item 5-2 Delete Note 6 which was added to Sheet C-114 TESTING VAULT PLAN AND SECTION in Addendum No. 1 item no 1-4 and replace it with the following: "6. WALL BACKFILL MATERIALS SHALL BE "SELECT FILL BEHIND WALL" PLACED IN ACCORDANCE WITH PAGE 3 OF THE GEOTECHNICAL ENGINEER'S REPORT DATED DECEMBER 4, 2012." Item 5-3 Delete Note 13 which was added to Sheet M-301 VALVE VAULT PLAN AND SECTIONS in Addendum No. 1 item no 1-5 and replace it with the following: "13. WALL BACKFILL MATERIALS SHALL BE "SELECT FILL BEHIND WALL" PLACED IN ACCORDANCE WITH PAGE 3 OF THE GEOTECHNICAL ENGINEER'S REPORT DATED DECEMBER 4, 2012." CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\SpecslAddendum 5Wddendum_5.doc ADDENDUM 5— PAGE 1 � 0318-047-01 Item 5-4 Specification, 00 42 43 PROPOSAL: Delete this section in its entirety and replace with the attached Specification 00 42 43 - PROPOSAL (ATTACHMENT 1-AD5). Item 5-5 Specification 11075 PUMP, SUBMERSIBLE CENTRIFUGAL: 1) Part 2 Section 2.1 states: "A. MANUFACTURERS: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. KSB, Inc. 2. Wilo EMU. 3. Cornell Pump Co. 4. Fairbanks Morris 5. Flow-serve" Delete the following clause from the above paragraph: ", but are not limited to," 2) Part 2 Section 22 PUMP CONSTRUCTION DETAILS, Paragraph B 1: Delete the statement in its entirety and replace it with the following: "1. Gray cast iron, ASTM A48, Class 30B or higher capable of prolonged resistance to raw sewage." 3) Part 2 Section 2.2 PUMP CONSTRUCTION DETAILS, Paragraph C 1: Delete the statement in its entirety and replace it with the following: "1. Stainless steel; ASTM A 276, Type 416, Type 420, or ASTM A 479, Type 431, with motor and pump shaft of one piece construction without joints or stubs attached. Carbon steel shafts or shafts with sleeves of any type are not acceptable." 4) Part 2 Section 2.2 PUMP CONSTRUCTION DETAILS, Paragraph G 1: Delete the statement in its entirety and replace it with the following "1. Impeller provided with a Type 329 or Type 420 heat treated stainless steel wear ring, drive fitted to the suction eye of the impeller. Wear ring hardened to Brinel hardness of 200-250. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\SpecsWddendum 5�Addendum 5.doc ADDENDUM 5— PAGE 2 0318-047-01 5) Part 2 Section 2.2 PUMP CONSTRUCTION DETAILS, Paragraph G 2: Delete the statement in its entirety and replace it with the following "2. Casing provided with a Type 304 or Type 420 heat treated stainless steel wear ring, drive fitted to the bottom suction inlet. Volute wear ring shall be hardened to Brinel hardness of 275-325. 6) Part 2 Section 2.2 PUMP CONSTRUCTION DETAILS, Paragraph I 2 b: Delete the following statement in its entirety: "Provide moisture sensing to detect liquid intrusion in the power cable termination chamber and into the motor space." 7) Part 2 Section 2.3 ACCESSORY EQUIPMENT, Paragraph B Delete the statement: "Discharge Elbow: Cast iron, ASTM A48, Class 306 or higher; with 125-Ib ANSI flanges." Replace it with: "Discharge Elbow: Ductile Iron or Cast Iron, ASTM A48, Class 30B or higher; with 125-Ib ANSI flanges." 8) Part 2 Section 2.6 SOURCE QUALITY CONTROL, Paragraph B part 4. Delete the statement: "Results of the performance test shall be certified by a Texas Registered Professional Engineer and submitted for approval prior to shipment." Replace it with: "Results of the performance test shall be certified by a Registered Professional Engineer and submitted for approval prior to shipment." 9) Delete the Pump Data Sheet in its entirety and replace with the revised table (ATTACHMENT 2-AD5). Item 5-6 Specification 16000 — ELECTRICAL GENERAL PROVISIONS Page 16000-3, Paragraph 1.05.C.1 — Delete Paragraph 1.05.C.1 in its entirety. �,.-.__,.�_...�,�....,.,a,.....�,�._�...�,.u..�.r..Y,.......,,�._��...:,,..,�,�._.�..��.�,-�...�., �_ �... ._,_,-._ a.-�,..�� ,-r._. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\Specs�Addendum SWddendum 5.doc ADDENDUM 5— PAGE 3 0318-047-01 Item 5-7 Specification 16200 — EMERGENCY STANDBY GENERATOR SET Page 16200-5, Paragraph 2.03.E — Replace Step No. 2 with "One 60 HP pump." Item 5-8 Plans, Sheet G-002 SURVEY AND CONSTRUCTION NOTES: 1) Delete Note No. 18 in its entirety and replace it with the following: "18. THE CONTRACTOR SHALL KEEP AT LEAST ONE LANE OF TRAFFIC OPEN AT ALL TIMES DURING CONSTRUCTION. CONTRACTOR SHALL ALLOW TRAFFIC IN THE FULL WIDTH OF THE ROADWAY DURING NON-WORK HOURS. THE CONTRACTOR IS REQUIRED TO SUBMIT TRAFFIC CONTROL PLANS FOR ALL TRAFFIC IMPACTS. THE ITEMS DESCRIBED IN THIS NOTE ARE INCIDENTAL TO THE PAY ITEM NOS. 18, 19, 47, 48, 87 and 88 FOR TRAFFIC CONTROL PLAN DESIGN, IMPLEMENTATION AND MAINTENANCE." 2) Delete note No. 27 in its entirety and replace it with the following: "27. CONTRACTOR SHALL PROTECT ALL TREES WITHIN THE PERMANENT EASEMENT OR ROW FROM DAMAGE DURING CONSTRUCTION. TREES REQUIRING TRIMMING SHALL BE TRIMMED WITH A TREE SAW ONLY. TREES 6" AND LARGER ARE SHOWN USING THE SAME SYMBOL REGARDLESS OF SIZE OF TREE. NO CLEAR CUTTING OF TREES IS ALLOWED FOR THE CONVENIENCE OF MORE EFFICIENT PIPELINE CONSTRUCTION. NO TREES ON PRIVATE PROPERTY SHALL BE REMOVED OR TRIMMED WITHOUT PERMISSION OF THE PRIVATE PROPERTY OWNER. CONTRACTOR MAY NOT REMOVE ANY TREES LOCATED ON CITY OF FORT WORTH PROPERTY, WITHIN THE LIMITS OF CONSTRUCTION OR THE PROPOSED ROW, WITHOUT THE APPROVAL OF THE CITY FORESTER OR PARKS DEPARTMENT, OR CITY WATER DEPARTMENT STAFF. THE CONTRACTOR WILL BE REQUIRED TO IDENTIFY TREES TO BE REMOVED IN A TREE REMOVAL PERMIT. THE CITY FORESTER AND PARKS DEPARTMENT MAY REQUIRE TREE MITIGATION FOR TREES WHICH ARE REMOVED OR DAMAGED. THE CONTRACT DOCUMENTS SECTION 00 42 43 PROPOSAL; PAY ITEM NO. 24, IS FOR TREE MITIGATION. ANY TREE MITIGATION REQUIRED EXCEEDING THE AMOUNT IN PAY ITEM NO. 24 WILL BE BY CHANGE ORDER. CONTRACTOR WILL BE REQUIRED TO SAVE ALL TREES THAT ARE PRACTICAL AND WILL BE RESPONSIBLE TO COORDINATE WITH CITY INSPECTOR, FORESTER, AND/OR PARKS DEPARTMENT STAFF TO IDENTIFY TREES THAT CAN BE REMOVED. TREE NUMBERS 848, 882, 902, 984, 966, 996 (ON SHEET C-201) MAY BE REMOVED WITH NO MITIGATION COSTS. TREES IDENTIFIED TO BE REMOVED ON LIFT STATION SITE ARE TO BE REMOVED WITHOUT MITIGATION. SOME ADDITIONAL TREES IDENTIFIED ON PROPERTY NOS. 192, AND 193, ARE TO BE REMOVED WITHOUT MITIGATION. ALL THESE TREES WILL STILL REQUIRE PERMITTING UNLESS WAVED BY CITY STAFF. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\SpecsWddendum 5Wddendum_5.doc ADDENDUM 5— PAGE 4 0318-047-01 PAY ITEM NOS. 25, 53, 68 ARE RELATED TO TREE PROTECTION ON LOVE CIRCLE PARK PROPERTY AND CASINO BEACH PARK PROPERTY. NO ADDITIONAL PAY ITEMS ARE AVAILABLE FOR PIPE INSTALLATION SLOWDOWNS RESULTING FROM TRYING TO WORK AROUND TREES OR COORDINATION WITH CITY STAFF." Item 5-9 Plans, Sheet G-003 SYMBOLS AND ABBREVIATIONS: 1) Delete Note 47 in its entirety and replace it with the following: FULL WIDTH STREET CLOSURES REQUIRE COORDINATION AND NOTIFICATION TO CITY AND COUNTY EMERGENCY SERVICES, AREA SCHOOL DISTRICTS AND RESIDENTS. THE CONTRACTOR IS REQUIRED TO SUBMIT TRAFFIC CONTROL PLANS FOR ALL TRAFFIC IMPACTS. THE ITEMS DESCRIBED IN THIS NOTE ARE INCIDENTAL TO THE PAY ITEM NOS. 18, 19, 47, 48, 87 and 88 FOR TRAFFIC CONTROL PLAN DESIGN, IMPLEMENTATION AND MAINTENANCE." 2) Delete Note 56 in its entirety and replace it with the following: "CLOSURE OF FULL WIDTH STREETS FOR MORE THAN 10 DAYS REQUIRES A MINIMUM OF TWO MONTHS ADVANCE NOTICE AND APPROVAL BY CITY COUNCIL. THE CONTRACTOR IS REQUIRED TO SUBMIT TRAFFIC CONTROL PLANS FOR ALL TRAFFIC IMPACTS. THE ITEMS DESCRIBED IN THIS NOTE ARE INCIDENTAL TO THE PAY ITEM NOS. 18, 19, 47, 48, 87 and 88 FOR TRAFFIC CONTROL PLAN DESIGN, IMPLEMENTATION AND MAINTENANCE." 3) Delete Note 58 and replace it with the following: "58. RESIDENTIAL PRESSURE REDUCING VALVES SHALL BE INSTALLED AT EACH RESIDENCE, AND SHALL BE MANUFACTURED BY WATTS WITH A PSI RANGE OF 25-75, WITH A FACTORY SET PSI OF 50, 3/4", MODEL 25 AUBZ3, OR APPROVED EQUAL. THE PRESSURE REDUCING VALVE (PRV) SHALL BE INSTALLED DOWNSTREAM OF THE WATER METER BOX AND SHALL BE HOUSED IN ITS OWN METER BOX THAT MEETS THE CITY REQUIREMENTS. ANY DAMAGES TO PRIVATE PROPERTY SHALL BE REPAIRED TO AS GOOD AS OR BETTER THAN EXISTING CONDITIONS. ALL WORK DESCRIBED IN THIS NOTE IS SUBSIDIARY TO THE PAY ITEM NOS. 12 AND 13 RELATED TO NEW WATER SERVICES." 4) ADD the following notes: "60. ALL SANITARY SEWER PIPELINES INCLUDING GRAVITY, LOW PRESSURE AND FORCE MAIN SHALL BE GREEN IN COLOR. BURIED DUCTILE IRON SEWER PIPING AND FITTINGS SHALL BE WRAPPED WITH HIGH DENSITY POLYETHYLENE ENCASEMENT IN ACCORDANCE WITH AWWA C105. 61. THREE-PHASE POWER IS NOT AVAILABLE AT THIS TIME, POWER WILL BE EXTENDED TO THE SITE BY OTHERS AS A PART OF THE FUTURE CASINO BEACH DEVELOPMENT CONTRACT. SINGLE-PHASE POWER IS AVAILABLE AT THE SITE. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY FOR TEMPORARY POWER SUPPLY TO THE SITE. THE CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\Specs�Addendum 5�Addendum_5.doc ADDENDUM 5— PAGE 5 0318-047-01 CONTRACTOR MAY CONNECT TO HAVE ALL TEMPORARY POWER NECESSARY FOR HEATING, LIGHTING, OPERATION OF CONTRACTOR'S PLANT OR EQUIPMENT, OR FOR ANY OTHER USE BY CONTRACTOR. TEMPORARY HEAT AND LIGHTING SHALL BE MAINTAINED UNTIL THE WORK IS ACCEPTED. COORDINATION WITH THE POWER COMPANY FOR CONNECTION TO SINGLE-PHASE POWER SUPPLY IS THE CONTRACTORS' RESPONSIBILITY AND IS SUBSIDIARY TO THE LUMP SUM ITEM FOR THE LIFT STATION PAY ITEM NO. 76. THE THREE-PHASE POWER MAY OR MAY NOT BE AVAILABLE TO CONNECT THE LIFT STATION FOR TESTING 60 DAYS PRIOR TO SUBSTANTIAL COMPLETION DATE." CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\SpecsWddendum 5�Addendum_5.doc ADDENDUM 5- PAGE 6 0318-047-01 Item 5-10 Plans, Sheet G-003 SURVEY AND CONSTRUCTION NOTES: Delete the pipe table in its entirety and replace it as follows: USAGE PIPE SIZE PIPE MATERIAL MIN PIPE TEST PRESSURE (PSI) PRESSURE CLASS WATER 4 PVC - AWWA C900 DR 14 305 * WATER 10 & 12 PVC - AWWA C900 DR 14 305 * GRAVITY SANITARY 12 PVC - ASTM D3034 DR 35 SEWER * FORCE MAIN 8 PVC - AWWA C900 DR 14 305 * FORCE MAIN (LAKE 10 IPS HDPE - PE 3408/3608 DR 7 265 * CROSSING) PUMP DISCHARGE 6 DIP 350 PIPE * FORCE MAIN (HEADER PIPE & 8 DIP 350 * TESTING VAULT) LOW PRESSURE SEWER (UNDER HWY 4 IPS HDPE - PE 3408/3608 DR 7 265 * 199) CASING PIPE STEEL AWWA C-200 (Hatch Road) 14 0.375 INCHES WALL 150 N/A THICKNESS CASING PIPE STEEL AWWA C-200 (LAKE CROSSING) 16 0.375 INCHES WALL 150 N/A THICKNESS CASING PIPE 24 STEEL AWWA C-200 0.5 150 N/A INCHES WALL THICKNESS * PER TCEQ Requirements Item 5-11 Plans, Sheet C-301 GRADING, DRAINAGE, TREE PROTECTION, AND LANDSCAPING Add the following Note: CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\SpecsWddendum S�Addendum_5.doc ADDENDUM 5— PAGE 7 0318-047-01 "6. TREE NO. 2469 MAY BE REMOVED FOR FENCE INSTALLATION WITHOUT MITIGATION" Item 5-12 Plans, Sheet C-109 FORCE MAIN ALIGNMENT STATION 72+00 - 80+00: Delete the Words "BORE DUCTILE IRON PIPE" and Replace them with "14-INCH STEEL CASING BY BORE." Item 5-13 Plans, Sheet C-114 TESTING VAULT PLAN AND SECTION: Add the following Note: "7. EXPOSED FOOTING BEARING STRATA SHOULD BE PROTECTED BY A SEAL SLAB (4 INCHES THICK) OF FOOTING STRENGTH CONCRETE WHERE THE FOOTING WILL BE EXPOSED MORE THAN 24 HOURS. SEAL SLAB UNDER THE VAULT IS INCIDENTAL TO THE TESTING VAULT PAY ITEM NO. 46" Item 5-14 Plans, Sheet M-300 WET WELL SECTION AND DETAILS: Add the following Statement to Note No. 14. "ODOR CONTROL UNIT SHALL BE PURAFIL MODEL EDS DRUM SCRUBBER 500 OR APPROVED EQUAL. THE UNIT SHALL BE CAPABLE OF 99% REMOVAL OF HYDROGEN SULFIDE AT A MINIMUM OF 400 CFM AIR CAPACITY AND SHALL HAVE AN ALUMINUM BLOWER WITH RAIN HOOD AND ADJUSTABLE DAMPER. THE UNIT SHALL HAVE TWO SAMPLING PORTS AND THE BLOWER MOTOR SHALL BE SINGLE PHASE, 60 HERTZ, 120 VOLT DIRECT DRIVE. THE FAN MOTOR SHALL BE 1 HP, HOWEVER IF 1.5 HP MOTOR IS USED, THE WIRE AND BREAKER SHALL BE UPSIZED AND INCLUDED AS REQUIRED. THE MAXIMUM SOUND SHALL BE 80 DBA MEASURED 5 FEET FROM BLOWER. PAYMENT FOR THE ODOR CONTROL UNIT WITH AIR PIPING AND RELATED ITEMS SHALL BE INCIDENTAL TO THE LIFT STATION PAY ITEM NO. 76." Item 5-15 Plans, Sheet C-302 LIFT STATION UNDERGROUND PIPING: 6-Inch Waterline Items: Delete "(1) 10" X6" Reducer" Delete "(1) 10" GV" ADD "(1) 6" GV" Delete "(1) 10" Plug" CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\Specs�Addendum 5Wddendum_5.doc ADDENDUM 5— PAGE 8 0318-047-01 Item 5-16 Plans, Sheet M-301 VALVE VAULT PLAN AND SECTIONS: Modify the valve vault details table as shown Item 5-17 H (for Forcemain DI FLG 8" Pipe B pass H PVC PE 8" Pi e I DI FLG X MJ 8" Wall Fittin Plans, Sheet C-900 MISCELLANEOUS DETAILS: 1) Delete Detail Entitled "Embedment for water lines 8� Forcemain 12-inch WL, 6-inch WL, and 8" FM" in its Entirety and replace it with the detail Entitled: "Embedment for Water Lines 12- �inch and smaller" (ATTACHMENT 3-AD5) 2) ADD Detail Entitled "EQUIPMENT PAD" (ATTACHMENT 5-AD5). Item 5-18 Plans, Sheet E-004 PANEL PP-1 ONE-LINE DIAGRAM Replace sheet E-004 with attached sheet (ATTACHMENT 4-AD5). Item 5-19 Plans, Sheet C-909 CITY OF FORT WORTH STANDARD DETAILS: Detail No. 32 01 17-D5 21: Delete the Wording "CONCRETE BASE MATERIAL FOR TRENCH REPAIR PER SECTION 03 34 16" and Replace it with "3000 PSI CONCRETE WITH #4 BARS @ 12-inch O.C.E.W. AT MINIMUM THREE (3) LONGITUDINAL BARS SHALL BE USED WITH 3-INCHES OF COVER FROM THE BOTTOM OF THE 8-INCH CONCRETE SLAB" Item 5-20 Plans, Sheet C-911 CITY OF FORT WORTH STANDARD DETAILS: Detail No. 33 05 10 D201: Add the following note: "THE GRAVITY SANITARY SEWER TRENCH BACKFILL, OUTSIDE OF PAVED AREAS, SHALL BE IN ACCORDANCE WITH THE CITY'S STANDARD SPECIFICATION 33 05 10, PART 2 SECTION 2.2 A�ITEM 5 AND 6." CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\SpecsWddendum 5Wddendum_5.doc ADDENDUM 5— PAGE 9 0318-047-01 Item 5-21 Plans, Sheet C-914 CITY OF FORT WORTH STANDARD DETAILS: Detail No. 100, 101 and 102; Delete the following note in its entirety: "NOTE: ON CASINO BEACH PARK PROPERTY ONLY" Replace it with "NOTE: ON CASINO BEACH PARK PROPERTY, ON LOVE CIRCLE PARK PROPERTY AND LIFT STATION SITE." All items in conflict with this addendum are hereby deleted. THIS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS, AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID ENVELOPE. ALAN PLUMMER ASSOCIATES, INC. George I. Farah, P.E. August 2, 2013 1�� -�F-T� 1�1 � S�P�E �� '�s,+jJ : * ' � � * ��,�� .............. ........... � GEORGE I. FARAH d � � :: ......97448 .......s �' f ►�r�O�..��CENs��. \���c,� �� FS••••......... ••�,c� r 1��'S+�:::.•�� � �. � ��z� Zo�3 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 F:\projects\0318\047-04\SpecsWddendum 5Wddendum_5.doc ADDENDUM 5— PAGE 10 SECTION 00 42 43 PROPOSAL C' Pro ect No. 07829 PAY APPROXIMATE ITEM �UANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT I: WATER BID ITEMS Dollars 1 60 LF 6-Inch Pi e and Cents. $ Dollars 2 17 700 LF '12-Inch Pi e and Cents. $ Dollars 3 13 800 LF As halt Pavement Removal and Cents. $ Temporary and Permanent Psphalt pavement Dollars 4 13 800 LF re air - Over Trench and Cents. $ $ Dollars 5 20 EA Fire H drants and CenTs. $ $ Dollars 6 6 EA 6-Inch Gate Valves and Cents. $ $ Dollars 7 15 EA 12-Inch Gate Valve and Cents. $ Waler Combination Air & Vacuum Valve & Dollars 8 14 EA Vault 2-Inch and CenLs. Dollars 9 12 EA Blow Off Valve Assembl and Cents. $ $ Dollars 10 1 EA Connection to 6cistin 16-inch Water Main and Cents. $ $ Connection to existing Water Main (Various Dollars 11 4 EA Sizes and Cents. $ $ New Short Water Service, meter, box, cover, Dollars '12 74 EA PRV PRV Box and connection and Cents. $ New Long Water Service, meter, box, cover, Dollars 13 43 EA PRV and connection and Cents. $ $ Dollars 14 'I O80 S ft Concrete Drivewa Re air and Cents. $ Dollars 'IS 'I440 S ft Ps haltDrivewa Re air and Cents. $ $ Dollars 16 5 000 S ft Gravel Drivewd Re air and Cents. $ $ Dollars 17 12 TON Ductile Iron Fittin s and Cents. $ $ Dollars 18 1 EA Tra%c ConVol Plan and Cents. $ Dollars 19 10 Mo Traffic ConUol Im lementation and Cents. $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 1 of 7 ATTACHMENT 1-AD5 SECTION 00 42 43 PROPOSAL C Pro'ect No. 07829 PAY APPROXIMATE ITEM �UANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Dollars 20 1 LS Ground WaterControl and Cents. $ $ Dollars 21 18 075 LF Trench Safe and Cenis. Dollars 22 18 075 LF Utili Location and CenLs. $ Dollars 23 1 LS Remove and Re lace Fence of All T es and Cents. $ Tree Mitigation (ConVador to Parks Dept., 24 1 LS an dama e to trees to be saved F' Five Thousand Dollars and Zero Cents. $ 55 000.00 55 000.00 Tree Protection on Casino Beach Park Dollars 25 1 LS Pro e and Cents. $ $ Stormwater Pollulion Prevention Plan and Dollars 26 1 LS Im lementation and Cents. $ $ Dollars 27 8 320 SY Seetlin and Cents. $ Dollars 28 1 000 SY Grass Sod allowance as Direded b Owner and Cenfs. $ Additional, Class B Concrete allowance as Dollars 29 25 CY Directed b Owner and Cents. Additional, Rock for Foundation allowance as Dollars 30 � 50 CY Direded b Owner and Cents. $ SUBTOTAL UNIT I: $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CI7Y OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 2 Of 7 ATTACHMENT 1-AD5 SECTION 00 42 43 PROPOSAL C' Pro'ect No. 01529 PAY APPROXIMATE ITEM pUANTITY UNR DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT Ii: FORCEMAIN BID ITEMS Dollars 31 4 760 LF 8-inch Pi e and Cents. $ Dollars 32 110 LF 14-inch Steel Casin B Bore and Cents. $ $ Connection to Existing Manhole at Meadow D011ars 33 1 EA Lake LiR Station and CenLs. $ Dollars 34 1 435 LF 16-Inch Steel Casin Pi e b HDD and Cents. $ $ 24-Inch Steel Casing Pipe by Open Cut at Dollars 35 180 LF H 199 and Cents. $ $ Dollars 36 55 LF Concrete Pavement Removal and Cents. $ $ 24-Inch Steel Casing Pipe by Ory Bore at Hwy Dollars 37 305 LF 199 and Cents. $ $ Dollars 38 56 LF 8-InchDIP i eatTestin Vaulfs and Cents. $ Dollars 39 1 435 LF 10-Inch HDPE Carzier Pi e antl CenLs. $ Temporary and Permanent Concrete Dollars 40 55 LF avement re air - Over Trench and Cents. $ $ Temporary and Pertnanent Asphalt pavement Dollars 41 1 045 LF re air-OverTrench and Cents. $ Dollars 42 6 TON Ductile Iron Fittin s for Force Main antl Cents. $ Sewer Combination Air 8 Vacuum Valve & Dollars 43 3 EA Vault 2-Inch and Cents. $ $ Dollars 44 500 s ft Concrete Drivewa Re air and Cenis. Dollars 45 1 000 S ft Grevel Drivewa Re air and Cents. $ $ Pressure Testing Vaulfs not including air pollars 46 2 LS release valve and Cents. $ $ Dollars 47 1 EA Traffic Control Plan and Cents. $ $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 3 of 7 ATTACHMENT 1-AD5 SECTION 00 42 43 PROPOSAL C Pro'ect No. 01829 PAY APPROXIMATE ITEM �UANT�TY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID Dollars 48 .10 Mo 7raffic ConVol Im lementation and Cenis. $ $ Dollars 49 1 LS GroundWaterControl and Cents. $ Dollars 50 4 121 LF Trench Safe and Cents. $ Dollars 51 5 996 LF Utili Location and Cents. $ Fence mitigation (Remove antl Replace All Dollars 52 1 LS T es antl Cents. $ $ Dollars 53 1 LS 7ree Protection on Love Circle Park Pro e and CenLs. $ Stormwater Pollution Prevention Plan and Dollars 54 1 LS Im lementation and Cenfs. $ � Dollars 55 9 400 SY Seedin and Cenis. $ Dollars 56 1 499 SY Grass Sod allowance as Direcled b Owner and Cents. Additional, Class B Concrete allov.ance as Dollars 57 25 CY Directed b Owner and Cents. $ Additional, Rock for Foundation allowance as Dollars 58 50 CY Directed b Owner and Cents. $ $ SUBTOTAL UNIT II: $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 4 of 7 ATTACHMENT 1-ADS SECTION 00 42 43 PROPOSAL C' Pro'ect No. 01829 PAY APPROXIMATE ITEM �UANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT III: GRAVITY MAIN BID ITEMS Dollars 59 710 LF 12-Inch Pi e and Cents. $ Dollars 60 155 LF Ps halt Roadwa Removal and Cents. $ $ Temporary and Pertnanent Asphalt Road Dollars 6'I 155 LF Re air and Cents. $ Dollars 62 710 LF Utili Location and Cents. $ Dollars 63 710 LF 7rench Safe and CenS. $ $ Fiberglass Manholes (4 Ft Diameter, 6 ft Dollars 64 4 EA De th and Cents. $ $ Fiberglass 6cUa Depth Manhole (4 Ft Dollars 65 35 VFT Diameter antl Cents. $ Fiberglass Manholes (6 Fl Diameter, 6 ft Dollars 66 1 EA De th and Cents. $ Fberglass ExVa Depth Manhole (6 Ft Dollars 67 13 VFT Diameter and Cents. $ $ Tree Protection on Casino Beach Park Dollars 68 1 LS Pro e and Cents. $ Stormwater Pollution PrevenGon Plan and Dollars 69 1 LS Im lementation and Cents. $ $ Dollars 70 300 SY Seedin antl Cents. $ Dollars 71 100 SY Grass Sod allowance as Directed b Owner and Cents. $ Additional, Class B Concrete allowance as Dollars 72 10 CY Direded b Owner and Cents. $ Additional, Rock for Foundation allowance as Dollars 73 10 CY Directetl b Owner and Cents. $ $ SUBTOTAL UNIT III: $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 5 of 7 ATTACHMENT 1-AD5 SECTION 00 42 43 PROPOSAL Cit Pro'ect No. 01829 PAY APPROXIMATE ITEM �UANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT IV: LOW PRESSURE SEWER BID ITEMS Dollars 74 500 LF 4 HDPE Pi e and Cents. $ $ Dollars 75 2 EA Plu s and Cents. $ $ SUBTOTAL UNIT IV: $ UNIT V: LIFT STATION BID ITEMS For ConsVuction of Lik Station as shown in Plans and described in the Spec'fiications � (except for Pay Items nos. 1, 5,6, 21, 22, 31, 50, 51, 59, 62, 63 ,64, 65, 67, 77 separately Dollars 76 1 LS listed for a Lum Sum Amount and Cents. $ For development, design, and implementation of an excavaEon and support protedion system, as required by the Occupational Safety and Health Administration, and the assumptions of the responsibility of said Dollars 77 'I LS s tem for a Lum Sum Amount and CenLS. $ $ SUBTOTAL UNIT V: $ BASE BID TOTAL (UNITS I-� g Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 6 of 7 ATTACHMENT 1-AD5 SECTION 00 42 43 PROPOSAL C' Pro'eet No. 0'1829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID ALTERNATEITEMS UNIT VI: WATERLINE ALONG RANKIN ROAD BID ITEMS Dollars 78 1 310 LF 12-Inch Pi e and Cents. Dollars 79 1 310 LF As halt Pavement Removal and Cenfs. $ Temporary and Permanent Asphalt pavement Dollars 80 1 310 LF re air-OverTrench and Cents. $ Dollars 81 1 EA Fre H tlranLs and CenLs. $ Dollars 82 1 EA 12-inch Plu and Cenfs. $ $ Dollars 83 1 EA 12-Inch Gate Valve and CenLs. $ $ Dollars 84 13'10 LF U51i Location and Cenfs. $ Dollars 85 1 310 LF Trench Safe and Cenfs. $ $ Stormwater Pollution Prevention Plan and Dollars 86 1 LS Im IementaGon and Cenis. $ Dollars 87 1 EA Treffic Control Plan and Cents. $ Dollars 88 3 Mo Traffic ConVol Im IementaGon and Cents. $ Dollars 89 730 SY Seedin and Cents. $ $ Dollars 90 150 SY Grass Sod allowance as Directed b Owner and Cenfs. $ Additional, Class B Concrete allowance as Dollars 91 25 CY Directed b Owner and Cents. $ Additional, Rock for Foundation allowance as Dollars 92 25 CY Directed b Owner and Cents. $ $ SUBTOTAL UNIT VI: $ BASE BID + ALTERNATE BID TOTAL (UNITS I-VI) $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 7 �f 7 ATTACHMENT 1-ADS �, 0318-047-01 PUMP DATA SHEET SUBMERSIBLE CENTRIFUGAL PUMP NOTES: Equipment Ta Number s Pump -01, -02 Quantitv 2 Pump Name Raw Wastewater Pump T pe Wet pit Service Conditions Liquid Pumped Raw sewa e Liquid Temperature, °F Max: 104 Min: 65 Largest Diameter Solid Pump shall be capable of 2 5„ Passin , inches Abrasive Y/N Y Possible Scale Buildup Y/N Y Explosion-proof Y/N Y Continuous Dut Y/N Y PerFormance Requirements Ca acit at Prima Condition of Service, GPM 425 Total Head, Ft. at Prima Service Condition 162 Minimum Wire to Water Efficienc at Desi n Point, °/a 48 Shutoff Pressure, Maximum, Ft. 195 Capacit at Seconda Condition, GPM 500 - 560 Head, Ft. at Seconda Condition 155 Maximum NPSHR at End of pump curve Ft. 25 Capacit at Tertiar Condition, GPM 340 — 360 Head, Ft. at Tertiar Condition 165 Minimum Submer ence from Finished Floor, In. 28 Pump Speed, Maximum, RPM 1800 Motor HP, Maximum * 60 * Constant Speed Y/N Y Construction Details and Accessories Dischar e elbow flan e Size, Ratin , Facin 6" **:/125 Ib/flat H drostatic Test Pressure psi 1.5 times shutoff head Field Testin Required/Not Required Re uired Control Module Y/N Y Coolin S stem Re uired Y/N Y * Motor shall be as required so the nameplate horsepower rating is not exceeded at any head capacity point on the pump curve. A motor horsepower rating larger than specified may be offered as a substitute, and if accepted, Contractor must provide required changes in conductors, conduits, motor controls, overload relays, fuses, switches, generators and other related items with no change in the Contract price. '`* If a 6-inch discharge elbow is not available from pump manufacturer, a 4-inch discharge elbow may be used by attaching a flanged ductile iron 4"X6" eccentric reducer to the 4-inch discharge elbow at no additional cost to the Owner. Casino Beach and Watercress Drive Water and Sewer Improvemen:s, Phase 1 City Project No. 01829 ATTACHMENT 2 AD-5 11075 - Page 9 of 9 PUMP, SUBMERSIBLE CENTRIFUGAL \\FM2.ftw.apai�,share�projects\0318\047-04\SpecsWddendum 5\11075 Pump Submersible Centrifugal.docx ENGINEERS AND SCIENTISTS a z a x z i � z J d' W H QI K 0 � � w e i O 4 � O U � C � a � �o �' �^� fi �m �� 0 L7 � Z Ifi �' i' W V W � Z p �j i Za w! a � wf �¢ w �m �� �� W �� �� ¢ N X ..�. W \ F m 6" MIN. AND ' 12' MAX. I : _ o INI7IAL BACKFlLL - � _ ..' i.:.'c -I I : �,.`' ::;^;.. ' Ui1LITY SAND PER >=, �'-• O SECTION 33 05 10 I �' Q'aO�P I I � �'L F,? _I I ��P�� I:�"°::'':::... 6" MIN. AND -I I -:::`�;�':'�•�'�:�:..;. 72� MAX. BEDDING - _, . _ . _ . iRENCH GEOiEXi1LE FABRIC CRUSHED ROCK PER SECTION 33 OS 10 6" MIN. 7RENCH WALL CLEARANCE �T�'-) NOTES: ' USE UTILJTY SAND FOR EMBEDMENT FOR ALL WATER LINES 4' & SMALLER. EMBEDMENT FOR WATER LINES 12—INCH AND SMALLER NOT TO SCALE ATTACHMENT 3AD-5 a o � _ � W � N J N N x tnw 3 0� w � � N W h W Z �� m 4 W F- W J a U w � � O S� O� N � a o`2 � p � i,a. 3W�io a� � 3 J W Z W�= W J � W y W � ._- � ����4z 3� ¢ S ? W ¢ OK �(O ^m m p ¢J N aY O��a� �= W a W � til ��UtiQ Oa ~`Ca� m 4 = m� j�VW'� QKW W J o v� a'�' qiZ��a� �3o c�w � K �Y fnQ��fA YW Z¢d' S p�, w �"� ��oz0 ¢r,m K� N Z � m W Q �� y p K m j S w 4 Q O U oW > j� ��z'S�,,'�', �o� �� wZ X¢ Z� �N OW�UW OOp W> ¢ Wa � av� c�c�7d'zdc�`� c��i.. v�m a � 0 � � p � 0 � a � � x < N a� I N ( we I � � M I n � � . .. . . � . - �a .. I �-. I "r"' � I � i� O I � � I �M � I � � o I I I �a n ( a �� � N I I = m � w a I U Q� I W eM naj g � � a £-ldd I � I I � ( I � I < Y / � � � � W r T 1 _ 'I � Q a a U U U W M M V V N V U N W tp 1p � N \ fV N O O 3 x x aMt I v ^ ..i � V \ (j b � V � � � ; � � � � V U U " = fV N M Y Y Y � Z � u�'1 N .�- \ O Y Z = � x N (�! Y V' V' � M M M � M 0 2 � � � a U N n a a ' i i � i i � i i Z Z N I � a a U C� d a a a V z V W Q � w a � Q � ¢ a N � �� j � N3 � Ya\a ZM �d OM N ------------- r — �� (I�I �id'Q � �` l�J la Z U wa I Izv� �---------------J� I � I ��� 4 N a aW� N 'n �N< w �N� I a �a � za a � I M � J cV �O �. Z-tdd oz a I � � 3 O W 1 p 4 ( � I z aW� C � N � aN� I O I � u ( a N I I ¢r I N � _ _ � � u � �- ----� o � I I I I � O � 1 ��I b o--�� O i�--------� 1�- x�Q �N � � aNpo�N� � a�c�] _ �i Z��Q�� a ,.� '- 3 N �-N39 Y ao O�� U � �vS � = ir Z ?� �_ O � � � W � O W 3 "� a � O � Q M � K W � O W �Za � ��� v � N � I � � W m U � w � a � � =w¢ -�=�0 J LaJ. a N i W � Z J n � a o � p a � Q 'D a � p a J w z a W �, U d• ��'''f W z � � N ~ .�y � C�.] ru = O X Z a Q'-�� �� � N � w a m � W �� � mo Z W � O � E. 2 H- � Z Q[n �c+xa w � �� � � �a=�F� zZ I C� � o Q U w� a r� _��� N $ � �� a/ � Q� y=� o o� 8 � F- L.1.� W� W a � Z O.. � � E-+ � Z a '" o m � a�k' � d' Q, �' � �� f � ; 1 �t�, 3 �Wa � � o � z n � ~ Q W �� y� w� � 5 FQ V] W^ G U�QO w V� ��, � JE �n a o a ¢ rx a 6 a' � x F a • �� z x U z �. W Q � W � Q ' � z O � W Az a O � O Q U� m a F '3 �j � o a w c� OG —�'i W � o \Q Q CI�F" z � Z�Y � c� c� f U NZ U3 N m �<W O (7/� O � V w `a Y•e�iy�t 2 E1� ..,.��' ����� ��. F.: :J lJ :�'�/� M �'RRS _ �j. w. �u'� 9:C��; �y0 �tlTT'� _ �� ��;�'Co'.mi-�'+�.'r:j� �aF�� � � �y, c� � 3 � Q•� : .��,: ��`� � ' �3 _ � a o � o . . �� W�' ,S � 3�^ N � o m I t•�... i': _ L_ gr � S Z � �� �C7 J � O W N Q g�- O tn3 a J�.-� QN�W Qo"'��� C�z° � Q J Z_ O Y Z � F W � QO O 3mQU ����� �^d�zwW� dS g.q OZ� OMQ�Oc��WQ Q '� a Oamrn06.,02W�Zy� 7� "� $+ � ¢ p ¢ W � �O � O � V � � fr K s �Q3oo:o�<mzw� H, Q ZC�Z^�Zt�N�Wi.Q� W Q Nai>d w�pa0wa a N N �m ,._�zWQ'- � � oo a oo � w a J 5 ^ a'�o a v � 0 3 N v N � � w J O J W � = J � 3i � N � � W W � m a � w X a > � � > > i C� Z 1 Y i[7 H � W < � Y J � � � M J = � Z m X I W � � � �. N � 1- ' 17- � J IIJ li s xa M �� a� =z' 3 a���� Wa ��� Q t- O 1- pZ�%?i N l�J3OJ W¢�N �VI;W��'' J�U�Od ��0� �woNa�zo wQJo'�Z� Xa~Z � ��N� Ja ��Z �p�0 Z ta.�0�Z0 QO��� C=.7��V O W�a�F� aV� �Q J�gO � �mw�53 �oaW�= Wzzw ]� c��� �-¢w3 w a��xm0 ��z�Xa YW�= � �WOLL�4 v~i3�a�N ��oo a�f-=Z� OU =O ��N � Z Q ~ � a J � � Z ~ � � Q � O ���~� a �w�� zwN awZ�o� v�`'ivc� zxxv`'�'p 3?jr¢ o� �=dvNi ~�~ZZ �x0}pN� Z�-Og v3=�¢¢ .-�xv»�.., w3UU w °. ¢ m o � � �Q K W U X W H d U W Q�Z � w Z Z N O Q N 1/1 � O N N M] � � � O M O � � � � x Y U � W Y m H � N 3 v� � �^ W n C � � a � a � Z w � �° o o � a Z Z U J J' � (� � � O J N V. W G� � Z r � ZJ � = U Q � _ J i Y � W W W � a �> a?�� a a a a o � � N N � a a o ^ a U �j tN Z � 7 ~Q W m K t�. � O a4 w w 3 � w � S G� m Q d � � J O OZQ � � O U ~a H VI t- �' I Z V � W Z Z a � > = U U n. Y W W W = W � V O v j�-�- w a� o a a a �¢> m o vi v� v� a �M � � W �f N I i I ^ Q �� M M M M M M � � � W W O p Z�N N N N N O N � � � K N 3N m W = YN \ \ \ \ \ \ \ \ \ '� U Z m� <V N tV N N N N N N WZ = G W O a a U1 � Y .- M Y7 n Of � M� i� U ��i,�awov� n,ory aasn Wtl Z4�ll £l02/l/9 43At5 bxD'400-3-949\S'ou wnpuaPGtl\�Dua00tl\>co4d ua�an�lsuo�\��wg ou;so� �p ala��� anol- VVoM l�oj 849\Z YVtl £4 tl fIOZ/t/8 �31NIMd 6w�-(sozay) �q6-od 6x.p'Itl`J-35tl8-t0-G40-8Lf0 �53�N3213�3Y ENVIRONMENTAL ENGINEERS AND SCIENTISTS S � � u a w � a � 0 w i N a � w ca � 6 U 6 / (`7 0 I � Li � 0 E / � m Li (�7 0 l7 / Z N � � W U W �, Z O � i Z a W � L� Q W� �a �� N d l7 � W � � 0 f/I N Q \ X N W \ H m � Lil � � � C� Q � � z Q � � w � � � z w � w � � o� w � �3 AT 6" ON CENTER ROUGHENED JOINT, %4" AMPLITUDE, TYP. a a a ° a a� a a ,� j/�///�///�//� //� � �' \\j�\\ �\ \\/ BASIC SLAB \ \/�\ REINF. AS SHOWN ON CONTRACT DOCUMENTS. COMPACTED SUBGRAGE/BACKFILL.SEE GENERAL NOTES FOR ADDITIONAL INFORMATION. EQUIPMENT PAD NTS ATTACHMENT 5AD-5 001113-1 INViTATION TO BIDDERS Page I of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 11 13 INVITATION TO BIDDERS � _ n . • �. ' •- �- - � - � • • - - - - - - . • �;�, „c�,.,.� i��,,..��. �,,..� ix�,.,.�� rre...,� ��i n� � . . . � , > > GENERAL DESCRIPTION OF WORK The maj or work will consist of the (appro�mate) following: • 19,010 LF of 12-inch water line by open cut � 3,885 LF of 8-inch sewer force main by open cut • 1,475 LF of 8-inch sewer force main by HDD • 710 LF of 12-inch sewer gravity by open cut • One lift station PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualified by the City at the time of bid opening. The procedures for qualification and pre- qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAA'IINATION 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 http://www.fortworth o_��/purchasin�/ 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 Alan Plummer Associates, Inc., 1320 S. University Dr., Suite 300, Fort Worth, Texas 76107-5764. 4 CITl' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No.01829 Revised June 28, 2013 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $150. Set of Bidding and Contract Documents with half size (if available) drawings: $100. PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: Monday, July 15, 2013 TIME: 2:00 p.m. PLACE: Water Department Conference Room 1000 Throcloliorton Fort Worth, Texas 76102 LOCATION: Water Department Conference Room CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIlZIES All inquiries relative to this procurement should be addressed to the following: Attn: Paul S. Bounds, City of Fort Worth Email: Paul.Bounds@fortworthtexas.gov Phone: 817-392-6828 AND/OR Attn: Cletus R. Martin, Alan Plummer Associates, Inc. Email: cmartin@apaienv.com Phone: 817-806-1700 ADVERTISEMENT DATES July 4, 2013 July 11, 2013 33 END OF SECTION CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project NoA1829 Revised June 28, 2013 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAI, CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid far performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.23. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents 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 Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. CTI'I' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised June 28, 2013 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low 2 bidder(s) for a project to submit such additional information as the City, in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 information about key personnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time frame. Based upon the City's assessment of the submitted 8 information, a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information, if requested, may be grounds 10 �for rejecting the apparent low bidder as non-responsive. Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 3.4. In addition to prequalification, additional requirements for qualification may be required 14 within various sections of the Contract Documents. 15 16 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 17 18 4.1. Before submitting a Bid, each Bidder shall: 19 20 4.1.1. Examine and carefully study the Contract Documents and other related data 21 identified in the Bidding Documents (including "technical data" referred to in 22 Paragraph 4.2. below). No infoimation given by City or any representative of the 23 City other than that contained in the Contract Documents and officially 24 promulgated addenda thereto, shall be binding upon the City. 25 26 27 28 29 30 31 32 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.13. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 33 4.1.4.Study all: (i) reports of explorations and tests of subsurface conditions at or 34 contiguous to the Site and all drawings of physical conditions relating to existing 35 surface or subsurface structures at the Site (except Underground Facilities) that 36 have been identified in the Contract Documents as containing reliable "technical 37 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 38 at the Site that have been identified in the Contract Documents as containing 39 reliable "technical data." 40 41 42 43 44 45 46 47 48 49 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 sha11 be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised June 28, 2013 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.6. Perform independent research, investigations, tests, borings, and such other means 2 as may be necessary to gain a complete knowledge of the conditions which will be 3 encountered during the construction of the project. On request, City may provide 4 each Bidder access to the site to conduct such examinations, investigations, 5 explorations, tests and studies as each Bidder deems necessary for submission of a 6 Bid. Bidder must fill all holes and clean up and restore the site to its former 7 conditions upon completion of such explorations, investigations, tests and studies. 8 9 4.1.7. Determine the difficulties of the Work and a11 attending circumstances affecting the 10 cost of doing the Work, time required for its completion, and obtain all information i l required to make a proposal. Bidders shall rely exclusively and solely upon their 12 own estimates, investigation, research, tests, explorations, and other data which are 13 necessary for full and complete information upon which the proposal is to be based. 14 It is understood that the submission of a proposal is prima-facie evidence that the 15 Bidder has made the investigation, examinations and tests herein required. Claims 16 for additional compensation due to variations between conditions actually 17 encountered in construction and as indicated in the Contract Documents will not be 18 allowed. 19 20 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 21 between the Contract Documents and such other related documents. The Contractor 22 shall not take advantage of any gross error or omission in the Contract Documents, 23 and the City shall be permitted to make such corrections or interpretations as may 24 be deemed necessary for fulfillment of the intent of the Contract Documents. 25 26 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 27 28 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 29 the site which have been utilized by City in preparation of the Contract Documents. 30 The logs of Soil Borings, if any, on the plans are for general information only. 31 Neither the City nor the Engineer guarantee that the data shown is representative of 32 conditions which actually exist. 33 34 4.2.2. those drawings of physical conditions in or relating to existing surface and 35 subsurface structures (except Underground Facilities) which are at or contiguous to 36 the site that have been utilized by City in preparation of the Contract Documents. 37 38 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 39 on request. Those reports and drawings may not be part of the Contract 40 Documents, but the "technical data" contained therein upon which Bidder is entitled 41 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 42 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 43 responsible for any interpretation or conclusion drawn from any "technical data" or 44 any other data, interpretations, opinions or information. 45 CiTY OF FORT WORTH Casino Beach and Watercress Dtive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised June 28, 2013 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 2 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 3 exception the Bid is premised upon performing and furnishing the Work required by the 4 Contract Documents and applying the specific means, methods, techniques, sequences or 5 procedures_of construction (if any) that may be shown or indicated or expressly required 6 by the Contract Documents, (iii) that Bidder has given City written notice of all 7 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 8 written resolutions thereof by City axe acceptable to Bidder, and when said conflicts, 9 etc., have not been resolved through the interpretations by City as described in 10 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 11 and convey understanding of a11 terms and conditions for performing and furnishing the 12 Work. 13 14 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 15 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 16 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 17 Documents. 18 19 5. Availability of Lands for Work, Etc. 20 21 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 22 access thereto and other lands designated for use by Contractor in performing the Work 23 are identified in the Contract Documents. All additional lands and access thereto 24 required for temporary construction facilities, construction equipment or storage of 25 materials and equipment to be incorporated in the Work are to be obtained and paid for 26 by Contractor. Easements for permanent structures or peimanent changes in existing 27 facilities are to be obtained and paid for by City unless otherwise provided in the 28 Contract Documents. 29 30 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 31 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 32 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 33 the award of contract at any time before the Bidder begins any construction work on the 34 project. 35 36 53. The Bidder shall be prepared to commence construction without all executed right-of- 37 way, easements, and/or permits, and shall submit a schedule to the City of how 38 construction will proceed in the other areas of the project that do not require permits 39 and/or easements. 40 41 42 43 44 45 46 47 48 49 50 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised June 28, 2013 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Paul Bounds, Water Department Fax: 817-392-6828 Email: Paul.Bounds@fortworthtexas.gov Phone: 817-392-8567 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 63. Addenda or clarifications may be posted via Buzzsaw at <Insert Link to Documents>. 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders 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 five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all 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 Awazd, 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. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised 7une 28, 2013 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 8. Contract Times 2 The number of days within which, or the dates by which, Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Fina1 Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 7 9. Liquidated Damages 8 Provisions for liquida.ted damages are set forth in the Agreement. 9 10 il 12 13 14 15 16 17 18 19 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. T'he procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section Ol 25 00 of the General Requirements. 20 11. Subcontractors, Suppliers and Others 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 11.1. In accorda.nce with the City's Business DiversiTy Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small 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 and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documenta.tion and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 5:00 P.M. CST, five (5) City business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 112. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 37 12. Bid Form 38 39 40 41 42 43 44 45 46 47 48 49 50 51 12_ 1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed 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 materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words sha11 govem. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No_ 01829 Revised June 28, 2013 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. 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 Foim. The official address of the joint venture shall be shown. All names shall be typed or printed in ink below the signature. The Bid sha11 contain an acknowledgement of receipt of a11 Addenda, the numbers of which shall be filled in on the Bid Form. 12.10: Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement 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. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be withdrawn prior to the time 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 all 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 retumed unopened. CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 01829 Revised June 28, 2013 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 15. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates (if any) will be made available 7 to Bidders after the opening of Bids. 8 9 16. Sids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or a11 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 fmancial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct 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 pariy to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 172_ City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 46 173. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility, qualifications, and financial 48 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised June 28, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 00 21 13 - 9 INSTRUCTIONS TO BIDDERS � Page 9 of 9 � 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awaxded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a 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 others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 1'7.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 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 with 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 Casino Beach and Watercress Drive Water and Sewer Improvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. D 1829 Revised June 28, 2013 0435I3-] CONFLICT OF INTEREST AFFIDAv]T Page 1 of 1 I 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 I7 18 19 20 21 22 23 24 25 26 z� 28 29 30 31 32 33 34 35 36 37 SECTION 00 35 i3 CONFLICT OF AITEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of �'ort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Foim) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This �davit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. httv://www.etiucs.state.tx.us/forms/CIO_pdf http://www.ethics.state.tx.us/forms/CIS.vdf � � � � CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: � �rz.rN I�X,�s ('�o,,rrn.►G�/,✓U Company �1999 K�-teA- NRs��r ��. Address � �y: �.u� f-us.L, . I se Signature: � �; 1�erLtK i TX �t�2Nb Title: CitylState/Zip END OF SECTION (Please Print) C]TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewcr Improvements, Phase I STANDARD CONSTRUC'f ION SPECIFiCATION DOCUNiENTS City Project No. D1829 Revised luty 3, 2013 00 41 00 B7D FORM Page 1 ot 3 SECTiON 00 41 00 BID FORM TO: The City Manager Go: The Purchasing Depar(ment 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Casino Beach and Watercress Drive, Water and Sewer Improvements, Phase 1 City Project No.: 1829 Units/5ections: 7. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter Inio an Agreement with City in the form included in the Bidding Documents to perform and furnish al[ Work as specified or indicated in the Contract Documents for the 8id Price and within the Contract Time indicated in this Sid and in accordance with the other terms and conditions of ihe ConVacE Documents. 2. SIDDER Acknowledgements and Certification 2.1. tn submitting this Bid, Bidder accepis all of the terms and conditions of the INVITATION TO BIDDERS and tNSTRUCTIONS TO 81DDERS, including without (imitation those dea(ing with the disposiGon of Bid Bond. 2.2. Bidder is aware of aIl costs to provide the requirerl insurance, wiU do so pending contract award, and will provide a valid insurance certificate meeting alt requirements wiihin '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 undisGosed individual or entity and is not submitted in conformity with any collusive agreement or rutes of any group, association, organiza6on, or corporaGon. 2.4. Bidder has not direcUy or indlrectEy induced or solicited any other B�dder to submit a fatse 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 Confract. For ihe purposes of this Paragraph: a. "corrupt practice" means ihe offering, giving, receiving, or soliciting of any thing of value likely to 9nfluence the action of a public o�c1a1 In the bidding p�ocess. b. "fraudulent practice" means an intentionaf misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-compe6tive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between iwo or more Bidders, with or without the knowledge of Ciry, a purpose of which is to establish Bid prices at artificial, non-competitive Ievels. d. "coercive practice" means harming or threatening to harm> directly or indfrectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITI' OF FORT WORTH STANpARD CONSTRUCTION SPECIFICATION OOCUMENTS Fomt Revised 2012ai27 00 41 00 00 43 79 OU 42 43 00 43 37 DO 45 �2 00 35 13 Bid Rroposal Workbook 00 41 00 81D FORM Page 2 of 3 3. Prequatif�cation The Bidder acknowledges that the following work types must be performed only by prequatified contractors and subcontractors: a. fn14;� ��orLc� o�M„� �SEe�rn- �.s5z4uJaTm� b. c. d. 4. Time of Campleaon 4.1. The Work wilt be complete for Finai 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 accepLs 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, Sec6on 00 43 13 issued by a surety meeling lhe requirements of Paragraph 5.01 of the General Conditions. c. Proposa! Form, Secfion 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Sec6on 00 43 37 e. MWBE Forms (opC�onal at time of bid) f. Prequal�cation Statement, Section UO 4512 g. Conflict of Interest Affidavit, Section 00 35 '13 'If necessary, C[Q or CIS forms are to be provided directly to City Secretary h. Any additional documenis 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 �ter the total bid amount for this project Only this figure will be �ead publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in sfgning this proposal that the total bid amount entered below is subject to verification and/or mod�ca6on by mul6plying the unit bid prices for each pay item by the respective es6mated quantities sh�wn in this proposal and then totaling atl of the extended amounts. CtTY OF FORT WORTH STAtiDARD CANSTRUCTtON SPEGIFICATION pOCUMENTS Fortn ReNsed 20720327 00 41 DO_00 43 13 00 42 43 00 43 37 00 45 72 OD 35 73 Bid Proposal W orkbook 6.3. Evaluation of Alternate Bid [tems <use this if applicable, oiherwise delete> Total Base Bid <use this if applicabfe, otherwise delete� A[ternate Bid <use this if applicable, otherwise delete> Deductive Alternate<use ihis if appficable, otherwise delete> Additive Alternate <use this if applicab[e, otherwise delete> Total Bid 7. Bid Submitta! This Bid is submitted o July 25, 2013 by the entity named below. Respectfully su itted � � SY (Signature} ��-�i t'�gi � frJZ (Printed Name) TiUe: V� Company: n%rc�,. �Ex�.s �,vrn4c���c, Address: yg9g �� {���r�. Far�-r �� , �X �te'u-t8 State of Incorporation: 1 Fxac EmaiF. �� e- �n e r�"i cR cos�. cn � Phane: ��-�_ ,,q�,- 9� END OF SECTION CITY OF FORT WORTH STAkpARD CANSTRUCTION SPECIFiCAT10N DOCUMENTS Corporate Seal: 0o a� o0 BtD FORM Page 3 of 3 Fam Revised 20120327 OQ 4100_00 43 13 00 42 43 00 43 37 00 45 i2 00 35 S3_Bi0 Propasal Workbook SECTION 00 42 43 � PROPOSAL � � s��y�;�e-►�-ossae o�v I�EM QkIAN�Fi� NNl� �u�r�..oco�r� � UP117aa-1NateF n..u.,... �.,,u � 3�5 6F r.....,. $ $ ,'�c 37-7SB �F r,,...,. $ $ n..ii..... ..a 3 �B9 L� r,•••••. S $ n., i.,.., �.,a 4 �@09 �F r....�� $ $ n,.ii.,... .,.� 5 �8 €A r....�.. $ $ 6 5 EA 6-lncd 6aiealaives $ $ n..ii..... .,a � aa €A ay�-6�21v6 r,•^•" $ $ ,.n..... .,..a � 3 €A r....... $ $ n..ii.,... ..a 8 34 ^Cfl $ $ �a �A � €A �2alt -�.,.�,,••�•. $ $ a 1 �i EA iasp-WaieFA4aia $ $ �a 32 4 €.4 r,•••,^ $ $ 4e�.�euec,-RR�a�� �3 � fiR ceaaes4iea $ $ 34 �8 ---�,.�" $ $ �a �` �449 r,...... S $ ,�,� 3b ` 6 r,...... � S n,ai.,.� �..a � �c �1 $ S ����,K ,�a � �? Ev4 ��is-6eakel-Rlaa r^^•^ $ $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 1 of 7 ATTACHMENT 1-AD2 SECTION 00 42 43 � PROPOSAL 1 � s;��a+aa�s�e � � �ua,a�r�ac u+u� �- �r-s� �-seaxe�- �����m , �8 �9 A4e S $ 29 � �S E�E�c�aEer-Gar�Ne4 �.,.��^•^ $ $ 2� �9�5 6F �,..,... $ $ ��i�_. 2,'�c a$975 L-F r,....,. $ $ 23 3 LS r^^•" � $ n..u�.�. �.,a � � � �.,�oe..... $ � n..u�... �d � �$ �.�.,..•� � $ ff�iN�W2�AF-�6�U416i� ik6VARF16R�2R-2Fl� n••��•,••. 2& � �S r,,..... $ $ n..u.,... .,.,a 2� �9 S;L �f266vs09 �.��••••. � � n..u.,... ., 2� �2$ S� r,,,,.,. $ $ 28 25 SaF r^^•" $ S F�6F n..u�... �B 59 Gl= Feua9aiiea r,,.,s.. $ $ ci icTnT�Ti i wir �. g Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 2 �f 7 ATTACHMENT 1-AD2 SECTION 00 42 43 � PROPOSAL Z � � .. � aun�s+r�� � ��R�o��� ��uws� �-�6�0-�Ip n..11-�.n nnrl � �2 � -ewnve�r�Rn �' O �i iid �i` -evrnv.�••� � d I1n11�M nn'I � � � � !"cnlc $' $' ..A � �i�d � i'r� /"..n� A �9 n..11�...� ..A �d i� � /'�i.Mn � 0 ia�R� ll..11�.n �nrl � 3d � �Yai �nv�nln �O � � �d i� --emRo���� � � n�ll..n. � � �� � r���� � � ..I1�.^ � � � /��n1n Q' a' f1..11n..� n..A � �d i� -vm�ave�nln � �9 Q-i rdd i� --w..�c.�..f � � � ��d i� -w..�v.e.,M � � n..11n.� nn.1 a�i � �ePl S6W6F �,...M s � aa a r�, �� � s �.��,.� �,� a� a €,a ---�,.�e...� S � �����m 46 4 �P. -�.,,�"^," $ $ n..ii-,..- ..a 4� 2 �S -w„�.,..•� � S 4� � 6A �fatiis-6eatteF�RJan r^^•" $ $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 3 of 7 ATTACHMENT 1-AD2 SECTION 00 42 43 � PROPOSAL Z � s��,���e o�v �µ niie�u,,,,Tr�Tv �.yM4F -UNL�-RR76� AMIAIdN�-BIG �c2�16„E'.6tiEs6� n,.u.,... � 48 3$ A4e r,•^•" $ $ n..n�... �..a d`0 � � �iF3dIR�-�2i6F60RFF91 � $ $ n..ii.,... ..a `a� 4�2k 6F r,...... $ � F� 5886 L� $ $ 5.� � �S �^ ..��..�� $ $ �a4 � LS $ � E�H��waieF-Relletie� Rsevea£iea-RJaa-arid- 35 � �S r,...... $ $ n..u.,... a6 3488 S�' G�266S6A r„^•^ $ $ n„u.,.�. � � �0 � � � 5$ s'L� 61' ��o.,�.,..�� � � P�kfitieaaF-Resk-!eF ra9 59 G1F Feead2fiea r^^�� $ $ S1�@TB�A�-41P� $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 4 of 7 ATTACHMENT 1-AD2 SECTION 00 42 43 � PROPOSAL 2 � s�� �x u� aua►�s�x uai� ��urt����� n�ux� eia �����M � 6e �9 �F S S �,.��...�. fi3 �99 �F �,��^'� S S 62 7�9 6F r^^•^ $ $ G3 4 €A -w.,��-•^ $ $ 64 3� �FFF r,,..�.. $ $ ..n.,... .,a ba 39B 6F r•,^•^ $ $ � $ Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 5 of 7 ATTACHMENT 1-AD2 SECTION 00 42 43 � PROPOSAL � � � anx ,T,�.,•• Qua+Es+�aF uau� T�...o���,-� a,�uw�sis ..��.,.�. �cs �a � ���•� S S �����m �z 2 �a -�...��.,,� S s �� �oT�T���� ����T,,. �d,_„�.,��..,.:,... �„��...,. � � €a ���•� S S �,.��.,... 6B 33 uFi ' ---�..�_^,� S S n..ii.,... 7b � F� ---eo.,.>e..:.. S S �4 3 €A -�..�.,...� $ $ 7-2 2 €P. va4ve S S ����_. �3 3 €A -�,.��^�� $ S n..n.,... 74 � �S �;�aacreie-Nalveal2elE r,.^•^ $ $ YWeEa4�el�-�aFve-vaalF Sebme�si4le-Rum{� n..u..... �5 � �S r...,.� $ S n..n.,... .,..a 7S � �S €slesEAsal-6eaerateF r�^�� $ $ �_ • , n..u.,... � � �S 1asi�+6Fliaii6Fl r..^•^ $ S � �9 6F G#+aiaaial�-Feaee r^^•^ $ $ n..u.,... 78 395 �F r.,..�.. $ $ n,.u.,«. �8 � fiA ---w{�.,...� $ � Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 6 of 7 ATTACHMENT 1-AD2 SECTION 00 42 43 � PROPOSAL � � � cr� auna��ra� ua�� -�atr�cE- nMouu�srs .,��..... ..,.a �3 a Eo. 6k�aiaaia�c�ate � S S ..n..... .,.,a $2 b�5 SaF r,•••••. $ $ �3 � 6S �.,.�e...� $ $ ,.n�..- � �4 � €R 78-iAsp-6ate�2lve r••^•" $ $ �a 6a 6F 2-lasp-WaieNiae �^ .,.�^^�� $ $ n,.ii.,... ..a � � �F �-IR6�2i6Fi1R6 $ $ n,.i�.,... $� 3 €A AaeteF3�dY21v6-@9z r,•^•" $ $ �$ 3 €A r,.^�^ $ S n..u.,... .,..a �8 � €,4 �^o.,.P,..,�� $ $ 98 3 €.4 4-iar,p-C+aie�/21ue r^^•" $ $ .n�T � &3 � €A kM��6-4ib�SAaaesiieA r,.^•^ $ $ S11@�A�A�-F1P71T-aF= S A1 TCGIJATC ITC\/C ..It�..n �. i 3?±s %� l,....r� s s a � � �� � s s a a €� s s 4 � €A $ $ n..ii.,... ..a 5 � €,4 a2-IA6p-G3t6�/2w6 r,•^•' $ $ f�A�UPll�a/�— i Tl1TA1 /I II.IITC 1 \/Il a Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 7 Of 7 ATTACHMENT 1-AD2 SECTION 00 42 43 PROPOSAL Ci Pro'eet No.01829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT I: WATER BID ITEMS Dollars 09 'I 60 LF 61nch Pi e and b Cents. S o 5�'t 2 17 700 LF 12-Inch Pi e and Cents. Dollars � �— $ g t�� � lV�D g V�/ Doilars n ' 3 13 800 LF As halt Pavement Removal and Cents. S V S �� �' Temporary and Pertnanent Asphait pavement Dollars �/1 — [.,� 1 t.� �UQ 4 13 S00 LF re air - Over Trench and a Cents. S �' S 1 5 20 EA Fire H drents and � Cents. Doilars 5 � O h $ � 0 � � � V 6 6 EA 6-InctiGateVaives ����ntvU Dollars $ ��;1- $ � OOO V 7 �5 EA �2-Inch Gate Valve and v Cents. �011ars $ 2 A„ �_ � On � ✓ Vc� v Water Combina6on Air 8 Vacuum Valve & Dollars /� D O�� �'!_ oo ,1 8 �4 EA Vaull 2-inch and Cents. 5 � i � 5 vv�i V 9 �2 EA Blow Off Valve Assembl and '� Cents. �I�a� 3 O� O O S �� � DO O Y � Dollars �( �[ 10 1 EA Conneclion to F�cistin 16inch Water Main and Cenls. S v[ o00 $ "� O o�' Connedion to existing Water Main (Various �""' 1� �'� � Doilars Q 11 4 EA Sizes and Cents. S 2 O��' S V O�D New Short Water Service, meter, box, cover, "� � �• �' Dollars -�/1 $(� �j o0 �2 74 EA PRV PRV 8oz and connection and Cents. $ ��tJ 9 $ l� a New Long Water Service, meter, box, cover, �' �" `�� I'�' �"����� 'rj J" I � 13 43 EA PRV and connection and Cents. S 300 3 � �� Dollars - 14 1 080 S ft Concrete Drivewa Re ir and Ce�ts. 5 ' o S�� ��� �� Dollars �n 15 1 440 S fl As hait Drivewa Re air and Cents. S �� 5 V� � Doliars 2� I � D00 — 16 5 000 S ft Gravei Drivewa Re air and 0 Cents. S S / 17 12 TON Ductile Iron Fittin s and y 4 C�ts. Doliars � �7 00 o g 2 QV o L Y/V� Dollars f� o 0 0- �� o o� 78 1 EA Traffic Control Pla� and Cents. 5 $ Y/V".� 1 a \Syba � Dollars � 79 10 Mo Traffic ConUol im lementation and o Cents. 5 '� O� I g O o O� ' Casino Beach and Watercress Drive Water and Sewer improvements, Phase 1 CI7Y OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 1 of 7 ATTACHMENT 1-ADS SECTION 00 42 43 PROPOSAL Ci Pro ect No. 07829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRiPTION OF ITEM 81D PRICES WRITTEN IN WORDS UNR PRICE AMOUNT BID � 1 "��� Dollars rnr� n� 20 1 LS Ground WaterControi and Cents. S I�w S � v�o V' '� Dollars 1 $ h (7-� � 21 18 075 LF Trench Safe and Cents. S � is v r Dollars r 22 'IS075 LF Utili location and m Cents. S I S' D > 23 1 �S Remove and Re lace Fence of Ail T s and Ce ts. �"a� 5 � 07 0�� I S o ovo Tree Mitiga6on (ConVactor to Parks Dept, 24 � lS an dama e to trees to be saved F' Five Thousand Dollars and Zero Cents. S 55 000.00 S 55 000.00 Tree Protec6on on Casino Beach Park Dollars f1 25 1 LS Pro e and f Cents. 5 ��Ov` S���y Stortnwater Pollution PrevenUon Plan and �'t"iL(Ni. I V1�/4� Q.�Dollars � S o��— I�j oo� 26 'I LS Im IementaGon and O Cents. S 1 S 0 � Dollars 27 8320 SY Seedin and o Cents. 5 � S ��� Doilars o0 � 28 1 000 SY Grass Sod allowance as Directed b Owner and • Cents. S S Additional, Class B Concrete allowance as Dollars � O�O 29 25 CY Direcledb Owner and e Cents. 5 �� S / Additional, Rock for FoundaGon aliowance as Dollars o O 30 50 CY Di2ded b Owner and Cents. S � S �� O SUBTOTAL UNIT I: $ 2� o� e=%�� r Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 0� 829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 2 Of 7 ATTACHMENT 1-AD5 SECTION 00 42 43 PROPOSAL Ci Pro'eet No.01ffi9 PAY APPROXIMATE ITEM QUANTITY UNIT �ESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT II: FORCEMAIN BID ITEMS Doilars 2O � _ 31 4 760 LF 8-inch Pi and b Cents. S �� g✓� o Doliars �,pp - 3 3 �oo 32 110 LF 14-inch Steel Casin B Bore an Cents. S 3 a`,-1y�QMSaV�- ►�iit� �►l� 33 1 EA Lake Lift Stationxisting Manhole at Meadow and '� Cents. Dollars � �� �' $' �� "} - / 34 � 435 LF 1&Inch Steel Casin Pi b HDD and� Cents� Doliars $ �-(�- $� Q �j 2� - :J`� D ► 24-inch Steei Casing Pipe by Open Cut at DoOars ^� oO 35 180 lF H 199 and Cents. S � g�/ � � � "' � � Dollars 36 55 LF Concrete Pavement Removal and Cents. y 35 g �� Z5 24-Inch Steel Casing Pipe by Dry Bore at Hwy Dollars �^7 �0 O 37 305 LF 199 and Cents. 5 �� S /-y Doilars t O � G�i QQ 38 56 LF 8-inch DIP i e at Testin Vauits and Cents. S 3 �i 39 1 435 LF 10-Inch HDPE Carrier Pi e and C nts. Doliars $ �^— $ n Cj � D D /yJ .1..0 Temporary and Pertnanent Concrete � �`^ "-� Dollars 40 55 LF avementre air-OverTrench and Cents. 3 ��� S �� I Temporary and Pertnanent Asphalt pavement ��' 1 Dollars ' t p/� - 41 '1045 LF re ir-OverTrencb� and Cents. 5 �� S "�t� DV �� �� Dollars 42 6 TON DucGie Iron Fttin s for Force Main and Cents. 3 � oo $ ���� Sewer Combination Air & Vacuum Valve & Dollars O 43 3 EA VaWt 2-Inch and Cents. S � Q ODuI S � O�� A, Dollars 44 500 s ft Concrete Drivewa Re air and Cents. S �� S � � Dollars � o00 45 1 000 S ft Gravel Drivewa Re air and Cents. 5 2 S Pressure Testing Vaults not inUuding air � Dollars 46 2 LS release vaive and Cents. S �� S � �Q � � �' 47 1 EA Tra%c Controi Plan and �� Cents. Doilars � � t.�y.� $ O�_ wv Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 3 of 7 ATfACHMENT 1-AD5 SECTION 00 42 43 PROPOSAL Ci Pro eet No. 01829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID �J I Dollars � o o� 1� Doo - 48 10 Mo Traffic Control Im lementation and Cents. S ' S � � Dollars 49 'I LS Ground Water Control and Cents. 5 ' t� S I � O� O � Doliars j 50 4 121 LF Trench Safe and Cents. 5 ' S J� Y�Z1 Dollars r /,3 I _ � 51 5 996 LF Utili LocaGon and n Cents. S ' S ✓ <«� Fence mitigation (Remove and Repiace Ail '� � Dollars D� � r O� � 52 1 LS T s and Cents. 5 5 5 J� � Dollars 53 1 �S Tree Protection on Love CirGe Park Pro e and Cents. 5 S���� S S � � 0 � Stom�water PolWtion Prevention Plan and ��` I► WVU �� Doilars — ;1 54 1 LS Im lementation and Cents. S � O� 0 � � S� � �� V' 55 9 400 SY Seedin and � o Cents. Doliars � I- $ �, � 09 — Doilars L1 — . .r�- � � � 56 1 499 SY Grass Sod aliowance as Directed b Owner and • Cents. 3 1 5 i Atlditionai, Class B Concrete allowance as V l.� � �l - 1 Doilars Q O— 57 25 CY Directed b Owner and nts. 3 `-' O 5�� AGditional, Rock for FoundaGon allowance as ��� `9 Dollars M 58 50 CY Directed b Owner and ��jCents. S � O 5 � wD SUBTOTAL UNIT II: $ 9 i�$��g � Casino Beach and Watercress Drive Water and Sewer lmprovements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 4 of 7 ATTACHMENT 1-ADS SECTION 00 42 43 PROPOSAL Ci Pro'eetNo.07ffi9 PAY APP OXIMATE REM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID UNIT III: GRAVITY MAIN BID ITEMS V•"" �'V�"^"��1iU/�v Doilars Q �/y 59 710 LF 12-Inch Pi e and Cents. $ ���' S v� `r � 60 155 LF As hatt Roadwa Removal and � � ents. �"a� $ � S I 2` v Temporary and Pertnanent Asphalt Road �<� Doilars �--j� 61 155 LF Re air and Cents. S �-� S i��v �"" Dollars 62 710 LF UG�i LocaGon and Cents. S �! 3 '� 63 710 �F Trench Safe and � Cents. �"a� 5 �� S � t o I 64 4 EA De th�ss Manholes (4 Ft Diameter, 6 ft an u�X 1 Y'�� en"�' `� Doilars � I. r o00 $ o00 ^ Ol Fiberglass Extra Depth Manhoie (4 Ft 1'� "D r'�[� � Dollars t--f1 _ 65 35 VFT Diameter and Cents. S 2� V� S Fibergiass Manholes (6 Ft Diameter, 6 ft � � S Dollars �t 66 1 EA De th and n Cents. $ ��' S V �� Fiberglass Extra Depth Manhole (6 Ft Dollars (,'.�� � _ 67 13 VFT Diameter and o Cents. S 2✓" S � Tree Protection on Casino Beach Park �� Dollars sa � �s Pro and Cents. $ �00 g 3 Ol��" Stortnwater Pollution Prevention Plan and Yn � I Dollars 1/� S9 1 lS Im lemenfation and Cents. 5 `F� o��% g �o' 70 300 SY Seedin and O� Cents. Dollars � �� $ �/) /� — �7[/ l� �� Dollars � (�— 71 100 SY Grass Sod allowance as DireGed b Owner and Cents. $ �^ S i Additional, Ciass B Concrete allowance as � •"� 1 Doilars � 72 10 CY Direded b Owner and Cents. S �O' S � Additional, Rock for Foundation allowance as Dollars 73 10 CY Directed b Owner and p CeMs. S � I S � SUBTOTAL UNIT III: $ —t'rJ Dtv1� Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH Ciry Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS � �f 7 ATTACHMENT 1-AD5 SECTION 00 42 43 PROPOSAL C' Pto'ect No. 01829 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNI7 PRICE AMOUNT BID UNIT IV: LOW PRESSURE SEWER BID ITEMS 74 500 LF 4 HDPE Pi and 0 Cents. Dollars S �— $ � D� o�o 75 2 EA Plu s and � Cents. Dollars $ g o�� � � o0 r SUBTOTAL UNIT IV: $ I Ot Z�O UNIT V: IIFT STATION BID ITEMS For ConsWction of Lift StaGon as shown in S�v�. Plans and desuibed in the Specifications (except for Pay Items nos.1, 5,6, 21, 22, 31, (�' 50, 51, 59, 62, 63 ,64, 65, 67, 77 separately � � Dollars 76 'I LS listed tw a Lum Sum Amount and Cents. S � o �o o S��o � o For development, design, and impiementaGon of an excavation and support protection system, as required by the Occupational Safety and Heatth Administration, and the Te�� gA�(` assumptions of Uie responsibility of said I�` YV Dollars n !1sl 77 1 LS s stem for a lum Sum Amount and Cents. $ ��� OOV f S '�� vV D SUBTOTAI UNIT V: $ � �O OOD BASE BID TOTAI. (UNITS I- V) $'rJ I�� 3l Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CI7Y OF FORT WORTH Ciiy Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 6 of 7 ATTACHMENT 1-AD5 SECTION 00 42 43 PROPOSAL Ci Pro'ectNo.01ffi9 PAY APPROXIMATE ITEM QUANTITY UNIT DESCRIPTION OF ITEM BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID ALTERNATEITEMS UNIT VI: WATERLINE ALONG RANKIN ROAD BID ITEMS 78 1 310 LF '12-Inch Pi e a� " tl `� Dollars � ��j ��� �gn D �l Doilars � — , 1 Cao � 79 1 310 lF As hak Pavement Removal and Cents. S S �T Temporary and PermanentAsphalt pavement � 1`'0 v� Dollars n�— �� $�� 80 'I 310 l.F re air - Over Trench and Cents. 3 �`� $ Ilars 2 81 1 EA Fire H drants and o Cents. S J� O S 3�� I Dollars 2r� 82 1 EA 12-inch Piu and CeMs. S �� g `�� �� ollars � �� $ n �� 83 1 EA 12-Inch C>ate Valve and b Cents. � � V' "� Doilars 84 1 310 LF UUIi Location antl a Cents. S ' S �' D � Dollars 2 BS 1 310 LF Trench Safe and Cents. 5 ( $ � J I� Stortnwater Poliution Prevention Pian and 9 � Dollars 86 'I LS Im lementation and Cents. $ ��� $�' D��' W W Dollars {� g7 1 EA Traffic Control Plan and Cents. $ o V g � ,� Dollars p „ /1 /1 — 88 3 Mo TrafficControllm Iementa6on and Cents. S �� 5 v�u« l/" � Dollars �l 2 89 730 SY Seedin and J Cents. S ' � � JQ F1VNw Dollars — 90 150 SY Grass Sod aliowance as Direded b Owner and Cents. S g �oo Addidonal, Class B Conaete ailowance as Dollars g1 25 CY Directed b Owner and Cents. $ o g � �0� Additional, Rock for Foundation allowance as �' 1`'8 Dollars ��-(�—' 92 25 CY Directed b Owner and Cents. g � O $ Jv SUBTOTAL UNIT VI: $ � �� � � D^ BASE BID + ALTERNATE BID TOTAL (UNITS I-VI) $ S, 33tv, 22 -�j � Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 CITY OF FORT WORTH City Project No. 01829 STANDARD CONSTRUCTION SPECIFICATIONS DOCUMENTS 7 Of % ATTACHMENT 1-AD5 00 4313 BID BOND Page 1 of 1 KNOW ALL BY THESE PRESENTS: � That we, (Bidder Name) hereinafter calied the Principal, and (Surery Name) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmiy bound unto the City, hereinafter called the Obligee, in the sum of and No/100 Doliars ($ .00), the payment of which sum will be well and truly made and the said Principai 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 Casino Beach and Watercress Drive, Water and Sewer Improvements, Phase 1 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy ali 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 ail 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 shail 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 Totai Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this BY= .By_ SECTION 00 43 13 BID BOND day of , 2013. (Signature and Title of Principal) (Signature of Attorney-of-Fact) "Attach Power of Attorney (Surety) for Attorney-in-Fact END OF SECTION Impressed Surery Seai Only CITY OF FORT WORTH STANDARD CANSTRUCTION SPECIFICATION DOCUMENTS Fortn Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 4512_00 3513_Bid Proposal Workbook ao Qs s7 VENDOR COMPUANCE TO S7ATE LAw Page 1 oi t SECTION 00 43 37 VENDaR COMPLIAf�CE 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 conVactors whose corporate o�ces or principai place of business are outside ihe State of Texas) bid projects for construction, - improvemenfs, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resfdent bidder wouid be required to underbid a nonresident bidder in order to obtain a comparab[e contract in the State which the nonresident's principal place of business is located. - The appropriate blanks in Section A must be filled out by all nonresident b9dders in order for your bid to meei specifica6ons. The failure of nonresident bidders to do so will automatically disquatify that bidder_ Resident bidders - must check ttie box in Sec6on B. - A. Nonresident bidders in the State of , our principal place of business, are required to be percent (ower than resident bidders by State Law. A copy of the statute is attached. tdor►resident biddErs in the State of , our principat p[a�e of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or ma)ority owner Is in the State of Texas. � BIDDER: 0 0 0 0 ETID OF SECTION By: s�L�esi � /`� � (Signature} TiUe: � �p Date: �-25-�3 CI71' OF FORT WORTH STANDARD CONS7RUCTION SPECIFICATIQT7 DOCUMENTS " Fortn Revise6 20110627 00 4100 00 4313 00 42 43 00 43 37 00 451 Z 00 3513 Bid Proposel Workbook 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 fmancial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the fum's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Ta�cpayer ldentification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Ta�cpayer ldentification _ 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/t�permit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DiJNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DIJNS 34 number may be obtained at www.dnb.com. -- 35 d. Resumes reflecting the construction experience of the principles of the fum for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. - 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CI'TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 1, 2013 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City wi11 not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contra.cts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequal�cation Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "N/A" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CI'TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01829 Revised July 1, 2013 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 END OF SECTION 6 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 1, 2013 00 45 12 - 1 PREQUALIFICATION STATEMENT Page 1 of I 1 e��rrrnrT nn �c i� 2 DA T1(lT T A T TFT(` A TT(1TT C'T A TFTdRRTT' 3 4 5 6 ,,..v +....oir� u�*oa 7 8 3 �1�4,a}+^,. �'� 9 10 11 12 . 13 14 ���- 15 16 T�•" 1% c �zE43��.�c-%x=m�c7 Ig 19 20 ��ess 21 22 "�'� : 23 C—�t3�t-a��ti,� i-ni ���� 24 2S L.��. 26 27 28 CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOC[TMENTS Ciry Project No. 01829 Revised July 1, 2013 � 1 2 3 4 5 6 7 8 9 t0 ll 12 13 14 15 l6 l7 �8 19 20 21 22 �3 24 25 26 27 28 SECTION 00 4512 PREQU.ALIFICATION STATEMENT 004512-1 PREQUALffICATION STATEMBNT Page 1 of 1 Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contraciors and/or subcontractors whom they intend to utilize for the major work rype(s) listed. Major Work Lift Station Pipeline Work (12 inch Waterline and S inch FM) Contractor/Subcontractor Company Name ✓/ �-i i _ _ . _ „ .� Prec�ualification 0 � The undersigned hereby certifies tliat the contractors and/or subcontractors described in the table above are carrently prequalified for the work types listed. BIDDER: �� � � l� /`�T� By: Com}�any yf�� ��1� /a�l � �1 Sl� Address `G�<`T_ � � ��Z �� Title: 1/ /" CitylState/Zip (Please Pru3t) Date: ��� � END OF SECTION � � ����- �v� � 1`�vm�� � G�'�7 / � � �� �d��; g�� _ �9� - ��g� � CITY OF FdRT �i�ORTH Casino Beach and Watercress Drive Water and Sewer Unprovements, Phase I STANDARD CONSTRUCTION SPECIFICA3TON DOCL1MENi5 City Project No. 01829 Re�rised July 1, 2413 ATiACHMENT 1-AI33 F��T����rx _ �,,,,,,�.�,�.- SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) Telephone , Mark only one: Q Individual Q Limited Partnership Q General Partnership Q Corporation Q Limited Liability Company City State Zip Code City State Fax Area Code Number Area Code Number Zip Code E-mail Address Texas Taxpayer ldentification No. Federal Employers Identification No. DIJNS No. (if applicable) MAIL THIS QUESTIONNAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 00 45 25 -1 CONTRACTOR COMPLIA�ICE WITH WORKER'S COMPENSATION LAW Page l of I I 2 3 4 5 b 7 8 9 10 I1 12 13 i� 15 lb l� 18 19 24 21 22 23 2�3 25 2b 27 28 29 30 31 32 33 3�1 35 3b 37 38 34 44 SECTION OQ 4S 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pwsuant to Texas Labor Code Section 406.096{a), as amended, Contractor cert�es that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01829. Contractor f�ther certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City ifs subcontractor's certifica%s of compliance with worker's compensation coverage. CONTRACTOR: d/ � /Y�-�N �EXs{S �GTIa/(� Bj�: �cn "us o - Company ease rint} �/9gq K�� f��sr.cT �. Signature: ` V ' Address /o i (�a2Tr+ . -%� ��O2�f5 Title: V� CitylState/Zip {PIease Print} THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on tius day personally appeared � �a�,,., i-�s,�, E�- ,�own to me to be the person w ose name is subscribed to ihe foregoing instrument, and acknowledged to me that he/she execuied the same as the act and deed of .VrG for the purposes and consideration therein expressed and in the capacity therein stated. GTVEN UNDER MY HAND .AND SEAL OF OFFICE this ZS�M day of '�"W , 20)3. NORD ��'� ANDRE � Not�ry Public Notary Public in and for the State of Te�s S#ate of Texas o �y Comrtt. Exp. 04-03-20i6 END OF SECTION CTTY OF FORT WORTH Casino Beach and Watemress Drive Waterand Sewer Improvemenu, Phase 1 STANDARD CONSTRUCTlON SPECIFICATION DOCUMEN75 City Project No. 01829 RevisedJuly i,2fl13 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 004539-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 ��r��rrnrr nn �c zo 4 � � • . • _ � • - ... _ _ ...� - - - ... ...• - - _ �. � • ,��. . � , ♦.�! - � � - �, �.�. � . � �. • . - ♦.�! - - - - ' - �Ti „�� • � �� � �. � . ._ ..• - - - - - - - - ,•.••_. - - - „ ♦.�. - . _ , •..• _ . - - - • -- - - - - - - ..n _ . _ • _ , - - - asii �e „ . . • . �n , .. u, . . . . - - -- - - - �-- - " ' ' " " " " " ' ' ' Y' � , ♦.�e - „ .- - - -- -- - - - - - - - � - - -- - .�� • . •. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Ciry Project No. 01829 Revised July I, 2013 00 45 40 - 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 40 4 2 MINORITY BUSINESS ENTERPRISE GOAL 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal 6 may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE 7 subcontracting goal is not applicable. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 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 apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 12% of the total bid (Base bid 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 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. Failure to comply with the City's Business Diversity Ordinance shall result in the Bid being considered non-responsive. Any questions, please contact the M/WBE Office at (817) 212-2674. SUBMITTAL OF REQUIItED 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 pfferor shall deliver the MBE documentation in person to the appropriate employee of the Managing �epartment and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faged co will not be acce ted. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid 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 Utilization Form, if participation is less than the bid 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 Utilization Form, if no MBE partici ation: the bid o ening date, exclusive of the bid o ening date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) City business days after perform all subcontracting/sup lier work: the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) City business days after to meet or exceed goal. the bid opening date, exclusive of the bid o ening date. END OF SECTION CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised December 20, 2012 ATTACHMENT 1 AD� oasaas-i Agre�enc Page 1 of 4 2 SECT�ON 00 52 43 AGREEMENT 3 � 4 THIS AGREEMENT, authorized an i��� �i �made by and between the City of Forth 5 Warth, a Texas home rute municipality, acting by and through its duly authorized City Manager, b �"Cltj�"�, 8IId North Texas Contracting, Inc. 7 authorized to do business in Texas, acting by and through its duly authorized representative, 8 ("Contractor"). 9 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 10 foilows: 11 Article l. WORK 12 Contractor shall complete all Work as specified or indicated in the Contract D�uments for the 13 Project identified herein. 14 Article 2. PROJECT 15 The project for which the Work under the Contract Docwnents may be the whole or only a part is 16 generally described as follows: 17 Casino Beach arsd Watercr•ess Drive K'ate�� a12d Sewer Impr•ovements. Phase 1 18 City Proiect No. 01829 19 Article 3. CONTRACT TIlVIE 20 3.1 Time is of the essence. 2I Ail time lim.its for Milestones, if any, and Final Acceptance as stated in the Contract 22 Documents are of the essence to this Contract. 23 3.2 Final Acceptance. 24 The Work will be complete for Final Acceptance within 300 days after the date when the 25 Contraet Time eomznences to run as provided in Paragraph 2.03 of the General Conditions. 25 33 Liquidated dainages 27 Contractor recognizes that time is of the essence of this Agrcement and that City will suffer 28 fmancial loss if the Work is not completed within the times specified in Paragraph 3.2 29 above, plus any extension thereof allowed in accordance wzth Article 12 of the General 30 Conditions. The Contractor also recognizes the delays, expense and ciifficulties involved in 31 proving in a legal proceeding the actual loss sufFered by the City � zf the Work is not 32 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 33 that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Five 34 Hundred Dollars ($500.00) for each day that expires after the time specified in 35 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. C1TY OF FORT WORTH Casino Beach and Watercress Arivc Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS City Project No. 01824 Revised July 1, 2013 00 52 43 - 2 Agreeusent Page 2 af 4 36 Article 4. CONTRACT PRICE 37 City agrces to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of FiVe Million, One Hundred Eighty Dollars 3g �$ 5,188,315.00 ), Eight Thousand, Three xundred Fifteen 40 Article 5. CONTRACT DOCi7MENTS 4i 5.1 CONTENTS: 42 43 44 45 45 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 b7 68 69 70 71 72 73 74 A. The Contract Documents which comprise the entire agreement between City and Contractor concerni.ng the Work consist of the following: 1. This Agreement. 2. Attachinents to this Agreement: a. Bid Form 1 } Proposal For�n 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e_ Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation �davit i. MBE andJor SBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described irri the Table of Contents of the Pro�ecYs Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The followimg which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. C17'Y OF FORT WORTH Casino Beach and Wate[�ress Ihive Water and Sewer Improvements, Phase l STAI�DARD CONSTRUCTION SPECIFiCAT10N DOCEJMEN'FS City Project No_ 01829 Itevised July 1, 2013 00 52 43 - 3 Agreement Page 3 of 4 75 Article 6. INDEMNIFFICATTON 76 77 78 79 80 81 82 $3 84 85 86 87 88 89 90 91 92 93 94 95 96 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the cont�ractor, its officers, agents, em�loyees, subcontractors, licenses or invitees under this contract. This indemnification nrovision is specificallv intended to o�erate and be effective even if it is alleged or proven that all or some of the damages bein� sou�ht were causeds in wbo�e ar in uari. bv anv act, omission or ne�li�ence of the city. This indemnity provision is intended to include, without limitation, indemnuity for costs, e�eases and legal fees incurred by the city in defenciing against such claims and causes of actions. 6.2 Coutractor covenauts and agrees to indemnify and hold harmless, at its own expense, the city, its ofticers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, empioyees, subcontractors, licensees or invitees under this cautrac�. This indemnification provision is specificallY intended to oqerate and be effective even if it is alleged or proven that all or some of the damages being sou�ht were caysed, in whole or in part, bv anv act. omission or ne�li�ence of the ciiy. Articie 7. M�,SCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article 1 of the General Condirions will 99 have the meanings indzcated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds ztself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Auy provitsion or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deeined strickeq and all 110 remaining provisions shall continue to be valid and bindi.ng upon CITY and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 Th�is Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern Dis�-ict of Texas, Fort Worth Division. CITY OF FORT WORTH Casino Beaoh and Watercress Urive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S City Project No. 01829 Revised Ju1y I, 2013 00 52 43 -4 Agreement Page 4 of 4 I 16 %.b Ot�lei �OVISIOIIS. I I7 The Contractor agrees to pay at least minimum wage per hour for ail labor as the sarne is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and 1] 9 made a part hereof the same as if it were copied verbatim, herein. 120 7.7 Authozity to Sign. 121 122 123 124 125 126 1Z7 128 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. This Agreement is effective as of the last date signed by the Parties ("Effective Date"). Contractor: City of Fo North Texas tracting, / / -. B : wi i�i� %L� � Fernando Costa B : Assistant City Manager (Signature) �� Date ,'il �I/B �3 ,� � Zach Fusilier Attest: ' ��- (I'rinted Name) gS�City S retary (Seal) Title: vice President AC�d1'eSS: 4999 Keller Haslet Rd Fort wortn, Tx 76244 M&C �Z�PSS3 Date: ����� � �M • �1r �1� 4� � � ~ �,t .} .l r ,. � �_ ;'� . � �'�s ' .�•> �� � rt \ r'4�, �1; ���.r'' 'i� - ..,rnii�ti City/StatelZip: Approved as to Forrn and Legality: 129 I30 131 132 133 134 135 136 137 138 �� � � � Date Bt�gl��acic YYI � f � /i%� -1 ►-r Assistant City Attorney APPRQ RECOMMENDED: ; , l.�rtitiM' 1 / , � /� V S. FRANK CRI7MB, P.E. DIltECTOR, Water Department � ���ICIAi. RECAftD C!'� 3E'��E�ARIf ��"w ?��7��''�i� �"� CITY OF FORT WORTEi Casino Beach and STANDARD COI�iSTRUCTION SPECIFICAT[ON DOCUMEPfTS Revised July F, 2013 and Sewer Impravements. Phase 1 City Pmject Alo. 01829 ;\ Bond No. SU1122388 00 6I 13 - 1 PERFOiiMAi�ICE BOND Page I of 2 I 2 3 4 5 6 7 THE STATE OF TEXAS COUNTY C?F TAR.]2ANT SECTION 00 61 13 PERFORMANCE BOI�ID . KNQW ALL BY THESE PRESENTS: 8 That we, North Texas Contracting, Inc. ,}cnown as 9 "Principal" herein and Arch Insurance Company , a corporate IO stu-ety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 11 "Surety" herein (whether one or more), are held and fiimly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Five Million, One Hundred Eighty Eight Thousand, 13 sum of, Three Hundred Fifteen and No/100------- Dollars " 14 {$ �,188 , 315 . 00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tairant County, Texas for the payment of wlaich sum well and truly to be made, we bind 16 ourselves, our heirs, executors, administrators, s-�ccessors and assigns, jointly and severally, 17 firmly by these pr-esents. - 18 19 2d 21 22 23 Wk�EREAS, the Principal has entered into a certain written contract with the City awarded the �� day of , 20�, wlaich Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equiprnent labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I, City Project No. 01829. 24 NOW, THERERORE, the condition of this obligation is such that if the said Principal 25 shall faithfuily perf'orm it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 32 Worth Division. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenls, Phase 1 STANBARD CONSTRUC'I'lOid SPECIFICATION DOCUMENTS Ciry Pmject No. 01829 Revised 3uly 1, 2013 00 61 13 - 2 PERFORMANCEBOND Page 2 of 2 1 This bond is made aFzd executed in compliance with the provisions of Chapter 2253 of the 2 Texas Govemment Code, as amended, and a11 Iiabilities on this bond shall be determined in 3 accordar�ce with the provisio�s of said statue. 4 IN WITNESS WHEREOF, the Principal aad the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and off'icers on this the �� day of 6 , 20�. 7 8 4 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 24 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 .� ATTEST: � a- % ,��/i ;; {Principal} Secretary �'"' PRINCII'AL: North Texas Contracti , Inc. BY: � � Signature Zach Fusilier, Vice President Name and Title Address:4999 Keller Haslet Rd. Keller. TX 76248 SURETY: Arch Insurance Company BY: c ���� � ;�.s-� %�Zcrr�_.-4� Signature Robbi Morales, Attorney-in-fact Name and Titie Address: 2711 N. Haskell Ave. , Suite 800 ' Dallas, TX 7�204 '�/L�� Witaess as to S ty Telephone Number 214/989-0000 *Note: If signed by an officer of the Surety Coznpany, there must be on file a certified extract from tb.e by-Iaws showing that this person has authority to sign such obligation. Tf 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 Casino Beach and Watercress Drive Water and Sewer Impravemen[s, Phase 1 STANDARD CONSTRUC"i'ION SPECIFICATION DOCLIMENTS City Proiect No. O1829 Revised luly 1, 2013 Bond No. SU1122388 00 61 I4 - 1 PAYMENT BOND Page I of 2 i 2 3 4 5 6 THE STATE OF TEXA,S COUNTY OF TA1tRANT 7 SECTION 00 bl 14 PAYNIENT BOND � �, KNOW ALL BY THESE PRESENTS: 8 That we, North Texas Contracting, Inc. , known as 9 "Principal" herein, and Arch Insurance Companv , a 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 11 "Sureiy" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "Citv" herein Five Million, One Hundred Eighty Eight Thousan�, 13 in the penal sum of Three Hundred Fifteen and No/100-------- Dollats 14 �$ 5,188,31�.00 ), lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County, Texas, for the paym.ent of which sum weIl and truly be made, we biud ourselves, 16 our heirs, executors, administrators, successors and assign.s, jointly and severally, fiz-mly by these 17 presents: 18 WftEREAS, Pzincipal has entered into a certain written Contract with City, awarded the 19 J��day of , 20�, which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth hereixi, to furnish all materials, equipment, 21 labor and other accessories as defined by law, in the prosecution of tlie Work as provided for in 22 said Contract and designated as Casino Beach and Watercress Drive Water and Sewer 23 Improvements, Phase I, City Project No. Ol 829. 24 NOW, T�REFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all rnonies owing to any {and all) payment bond beneficiary {as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 Tlus bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilieies on ehis bond shall be determined in 31 accordance with the provisions of said sta�ute. 32 CITY OF FaRT WORTH Casino Beach and Wateraress IJrive Water and Sewer Impravements, Phasc 1 STAAlDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS City Proje�t No_ 01829 Revised July 1, 2013 00 61 14 - 2 PAYMEN'I' $dND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instru�nent by duly authorized agents and officers on this the .s'�day of 3 20�. 4 PRINCIPA.L: North Texas Contractin Inc. BY: ' Si re Zach Fusilier, Vice President Name and Tit1e Address: 4999 Keller Haslet Rd. Keller, TX 76248 ATTEST: �` r� , /?� � � i�� � �. r � ,•�i �� � � i (Sur�) S cretary � Witness as to rety �7 SURETY: Arch Insurance Company BY:� ���— - - -� Signature Robbi Morales, Attorney-in-fact Name and Title Address: 2�11 N. Haskell Ave. , Suite 800 Dallas, TX 7�204 Telephone Number: 214/ 989-0000 6 Note_ If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligarion. If Surety's physical 8 address is differeut from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 12 END OF SECTION CI►'Y OF FORT WORTH Casino $each and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCIlMENTS City Project No. 01829 Revised July 1, 2013 ATTEST: � {Principal) Secretary Bond No. SU1122388 00 61 19 - 1 MAINTENANCE BOND Page i of 3 1 2 3 4 5 6 7 THE STATE OF TEXA.S COUNTY OF TAR.RANT SECTION 00 bl 19 MAII�'I'ENANCE BOND . KNOW ALL BY THESE PRESENTS: 8 That we North Texas Contracting, Inc. , known as 9 "Principal" herein and Arch Insurance Company , a corporate surety 10 {sureties, if more than one) duly authorized to do business in the State of Texas, lcnown as i l "Surety" herein {whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal co�-poration created pursuant to the laws of the State of Texas, known as "City" herein, -Five Million, One Hundred Eighty Eight Thousand, 13 in the sum of Three Hundred Fif teen and No / 100---- DolIars 14 {$ �,188, 31 �. 00 , lawful money of the United States, to be paid in Fort Worth, i 5 Tairant County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the �5 �' day of 20�, which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to fumish alI 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as Casino Beach and Watercress 25 Drive Water and Sewer Improvements, Phase I, City Proj ect No. O 1829; and 26 27 WI3EREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and wi.11 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WBEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH Casino B�ch and Watercress Drive Water and Sewer lmprovements, Phase 1 STANDARD CONSTRUCTION SPfiCiFICATION DOCISMENTS City Project No_ 01829 Revised July 1, 2fl 13 OObI 19-2 MAINTENANCE BONp Page 2 of 3 i 2 3 4 5 5 7 & 9 10 11 12 13 14 15 16 17 18 19 20 NOW THEREFORE, the condition of ti�is obligation is such that if Principal shall remedy any defective Work, for which timely notice was pzovided by Czty, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and alI such defective Work to be repaired and/or reconstructed with all associated costs thereof being bome by the Pri.ncipal and the Surety under this Maintenance bond; and PROVIDED FURTFiER, that if any legal action be fiied on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northem District of Texas, Port Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CIIY OF FORT WOR7H Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01829 Revised July l, 2013 006i 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this Z instrument by duly authorized agents and officers on this the 5� day of 3 , 20I� 4 5 b 7 8 4 IO 11 12 13 14 IS 16 17 18 19 20 21 22 23� 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 ; �� � PRINCIPAL: North Te� Contract" i, Inc. BY: Signature Zach Fusilier, Vice President Name and Title Addxess: 4999 Keller Haslet Rd. Keller, TX 76248 SURETY: Arch Insurance Companv BY�a..s.�,_ ����C�/ Signature Robbi Morales, Attorney—in—fact Name and Tifle Address:2711 N. Haskell Ave. , Suite 800 Dallas, TX 7�204 TelephoneNumber 214/989-0000 *Note: If signed by an officer of the Surety Coznpany, 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 froxn its mailing address, both mast be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer lmprovements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCl1MENTS City Proje�t TVo. 01829 Revised July l, 2013 9r ATTEST: / •`� / ��✓ �'� w (Principal) Secretary - � � i uiii�ll - - ���� i�il �;� � �pu����i� I��'I" ' I � � i �ilf , I,II - _-- AIC 0000092647 THIS POWER OFATTORNFY /S NOT VALID UNLESS IT IS PR/NTED ON BLUE BACKGROUND. This Power of Attorney limits the acts of those named i►erein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Mortgage, Note, Loan, Letter of Credit, Bank Deposit, Currency Rate, Interest Rate or Residential Value Guarantees. --Kno�All Persons By These Presents: POWER OF ATTORNE'Y - That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Don E. Cornell, Lisa M. Bonnot, Ricardo J. Reyna, Robbi Morales and V. DeLene Marshall of Dallas, TX (EACH) —__ - its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: - Any and all bonds, undertakings, recognizances and other surety obligations; in the penal sum not exceeding Ninetv Million Doliars ($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authoriry as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are he[eby certified to by the undersigned Secretary as being in full force and effect: `—� "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in th�na#ue�thereof, and any such officers of the Company may appoint agents for acceptance of : -- — process." -- - ` This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, - of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the - Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. II',�� I� II ��� �'� Il � �ll������ill � ��llll�'' �I �� IU I�I�'llllllllllllllllllllll�lil� ���� OOML0013 00_03 03 Page 1 of 2 Printed in U.S.A. -- "I� - — —_ III� � II� ��I �Illh�lll� I�Ill�ii�llll I� II�III'�� �II I� I� � II I li III tl� u' _ _ � :� rTfi�. � �_� �... F �, �� ARCH Insurance Company TEXAS CONSUMER NOTICE ARCH Surety IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page of your policy. You may contact William J. Misero, Surety, Arch Insurance Company, at the toll-free telephone number or address provided below: Arch Insurance Company Attention: William J. Misero 3 Parkway Suite 1500 Philadelphia PA 19102 1-866-472-8845 You may contact the Texas Department of Insurance to obtain information on companies' coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O, Box 149091 Austin, TX. 78714-9091 FAX# (512) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (Ed. 4/12) Printed in U.S.A. �� ��� Tezaa H3Qhway Deparfinent Sheet � Of L_ Form 613 Re . 4-�&. ,�s ; ` ° DRILLING LOG �u�t Tarrant Lake Worth Bridge 02. Y Structure 1�istrict No. HighwayNo_ SH 199 uoleNo. S� 199 �63 �ate I1-9-83 Conirot Z7�-� Siation �"�'a'0� Grd.Eiev. b13.2 n'F` 711 Loc. from Centerline Rt. T.t. �9 • � t Grd..Water�EIev �89 � 2 ELEY. �' LOG TFiD PEN. TE3T �, � MFY£HOD � � NO. OEr HLOWB I DEBCRIPTION aF MATERIAL OF: � (gT,� lst e" � 2nd 8" COBING 613.2 DECK=TO-WATIlt ELEVATION ry' I 10 ° ' Gl� •• �� ■�',"•�4;I � . :' � . �, � ■ 3;':�I ■ �� s: � �5�:� di ��0.�� �'p �'� � �z 4' 1 �:1'f 571: 2 . 553.2 `548.2 -�P fC'R1 e� � � i �3a! trar—�� — - ���e ' . uv_. - I�7ATIl2 DE�TH-TO t�i[3�bY S�I.T . . - _ D, silt'�-'ci��y'.�an y, :Fr c ; . •_,�g � .'gra�ze } . rown_ . very soft Qatsrbea;ring & c3.ay�.y ^I.ayers _ _ - - . �. . - 30- ., �.�.�,�y A ■C °��`� ■� tl��y� �I ... � � - ! 1 ■ ■ ■ s � . � � . �:�� ■�� �� � � � ■=�;_. ■�� ■�-_�_-�-��. ,, �� � �� ���� ' f i �� � �' �. — 40_ > , :; - .. >A1�PJ, c1aY�Y.; greenish-g�ay & lt., tan,, comgacted; mozst"- to�dxy.;: w/inte�b�iided s�ams of harc%; dry; 1:t, iai3; Ghrstsn :- sandsto�.e, �& a 3" lap�r at 42 .0' . ' =&b� 5U .. SAND, shaley; elayey; greenish-gray & It. tan, s2ightl.q _ compacted, stiff-to-saft, moist - 64 - r �:_ _ ' .�0 50/4 ���Q � Y ._ , . . :, - -,_ - _ �o �o= *REMARKS: .Hole drilled by Baker' & Shiflet.t , Inc , Fort Worth Texas Hole drilled to depth of $Q 0 ft 'eorge b aw David L. Webb Materials Analyst II DrilIer Logger Title TIndicate each :oot by shading for core recovery, leaving blank for no core recovery, and crossinB (A) tor undistvrbed IaboraLory samples taken. p�-ATE S.5 NOTE: iiefer to Eoundatioa Ezploration and Design Manus] for dir�:ctione in filliag Qut this form. For distribLtion, forrrsz3 en� ca�y ta the $ridge Division (D•b) and one copy to the Materisls sad Teata Diviaion (D-9) if samples are svbmitted and make a note of eame on D-6 copy. Tesaa Highwap Deyartrnent Fozm 513 -'�-�1Qet Of- Rev. 9-63 � � DRiLLING LOG County �ax'rant ����rP I,ake WoY th • Tlisirict No 02 H��-hwayNo. SIi 199 �oleNo- �H 19g �� 2 r�ate g-8-83 � �01 1.� I.-S [�ation �4,39+3.-5- - Grd. Elev 6I5> � 5:i ;P� 7?'Z Loc. from Centerline Rt- T•t��T='_Grd Water'Elev. - � iFT.)• 616 � 611 I 606 10 b01 .5.96: 59i 586 30 � 576 . : 1 4u i 571. � � 566 50 561 556 so 551 LOG THD PEN. TEST * NO. OF BLOWS MF.THOII DEBCRIPTIQNI OF MATEE2SAL OR 1st 8" Znd 6" CORINTG SAND, clayey, silty, gravelly, 1t. brown to tan., compac�,� ush Bb r.; soft moist�� _ 47 50/44 _ SAND, clayey, silty, graveLly, reddish brown to tan, - '-- 1 1 moist wjvery hard gray shale layers, fosls., 12" ' 50/4 50/4 thick�C 7& 9 ft. - hrstsn -. 10= .. . _ LTMESTON� d `" bl 50/4 50/4 50/1 50/� .SO/3 50/24 `50/1 .5Q/4 50/0 �50/1 , gray, har , fosls., w/Znterbedded seams &.. - Ta ers of hard gray shale 2" to 4" thick . - SAND, clayey, silty,gxavelly, 1t. gray, co�upact; w/inter- bedded. seams & lagers of liard liuiestane` fosls.. 4" 4" thick @ 18.0 ft. -Za- SA1�7D, clayey, ._ silty, lt. gra�``� compact; dry w/laye� of :- - tan san.dstone 2' thzck � 23:U ft. - SATv"')i , clayey; sil.ty, lt. gray, compact, dry; ra/layer: of = gray sandstone 3" thick @ 27:0 ft. _ _ gp- - ISAND, clayey; silty, lt. gray. slightly'compact; dry - SAND, claqey, silty, lt. gray, slightly compact, moist. 40- SAND, clayey, sil.ty, tan to lt. gray, slightly compact, •_ dr y - . - . SAND, clayey, siYty, tan to lt, gray to tan, dry, haxd; -- w/a hard gray sandstone layer 2" th.ick @ 48.0 ft. _ SAND, clayey, silty, lt, gray to tan, dr.y; hard; w harc��� _ tan & gra.y sandstone layers 2" to 4" thick @ SI ft_ &54.Oft. - SAND clayey, silty, lt. gray, dr�=, hard, uiJ2" to 4" - layer gray sandstone @ 57 & 59 ft. - SAND, clayey, si.lty, lt. graq, dry, hard w/a 12" laver 6�- of gray sandstone @ b3.0 ft. _ 50/3 (.50/22 50/2 50f 2 50/2 50/� 50/0 50/� 50J2 50/4 �otz 50/14 REMARKS: �ole Ho1e ett, nc., ort ort , illed to the depth of 65.0 ft. r George 5haw Logger �verett L. Parker �l�i� �aterials .Asialyst II 1'Indicate each foot by shading for core recovery, ieaving blank for no core recovery, aad croesing (X) Sor nndistnrbQd laboratory sampies taken. P��� Q.4 NQfiE: Refer to Fo¢ndation F,xpleration and Design Manual for directions in filling out t�is form, For dietribuLion, fozvrsrd ona ca�y to th2 nr,u�� Division (D-61 snd one copy to the Materials and Tests Division (D-9) if samyIes are submitted and make s note of same on D-6 copy_ Tezaa HiYhwny Depaxtment Form SI3 itev. 4-63 Shee�_of .= DRtlLING LOG Cour_iy Tarrant Structure- Lake GJor th � District No. 02 Highway No S�-T 199 Ho3e No. S� Z� 9�� 1- Date 9-7 -83 Controt � � 1:- 5 _Station 4`5 ` -�3-, . , 59.g . (�5 . Grd. Elev IpF Tl l Loe. from CenterIine Rt. ' � 7,t, �-' � ���-• �i—Grd. WaterElev. 58- EEEV; '�' LOG THD PEN. TEST . , * NO. OF BLOWS METHOD DE$CRI�TION OF MATEF�IAL ".'. � OF (FT.) � lat 6" 2nd B" CORING 599 �0 _- SAND, lt. tan to re is ro�m, s zg y compa , _ _...,._ moist so t,p__us �• . 57 9 5 5 6 4 16 22 � �� ■. � .• � � ��°��s . ���� l���, • ����,� . ���'�� 1 � a� 554 549 �50/4 50/0 50/4 �50/� 5 �4 539 so 50/� I���4 5Q/0 �50/0 SAND, reddish brown:, gravelly, s.lightly compact, water;` bear ing � I I _� Rl;l � � SAIVD, reddish brown, slightly compact; d�y _ SArID, clayey, sil.ty, yello�+rish brown to lt. tan, - comgact, moist - _ , , ,--.;. Iirstsn; CLAY, sandy, silty, I�, tan to yellowisn brown, soft, - bl - moist " _ SAND„ _ e-1a.;�ey, , :sil.ty, -�e11;a�ri�h br o<<n. to 1t : � 'a " - - P� Y =- _ r_. . . �/a;layer of gray sandstone 3'.' thick.C� 43.0 ft. _ SAND, claqey, silty, It. brown, compact w/hard tan = sandstone layers 4" to 6" thick @ 45 & 49.0 ft. - S�.ND, c.1�ay'e,y, silty, tan;:. Z�ar-d, �drS=-, .co�n�,5act nT/harcl _ ta`n s��dstQne laS�er 2'.' _:thicic'� 5�::'G}'ft: '' ;- _ SAND, clayey, silty, tan, hard, dry, coinpact; w/a tiard� - ' tan 1 ayer of san� st one 2" tr�ick � 58 . 0. f t: - - 0 *REMARKS• ' e dr ilI e. dri11 Bake� and Shiflett, Inc. , Fort tidorth, Texas depth of 60.0 ft. �� . )rilIer Geor�e Shaw Logger Everett L. Parker TztlP T'�aterials Analyst II tIndicete each ioot by shading for core recovery, leaving bian?c for no wre zecovery, and crossing {X) iar undistur2ted Iabozaiory aamples taken, pLATE B.3 Nnm�• T'"�" .-= =���:.�02:�4 �xjs',oraiian and Design jvlanuaI ior directions in tilling out thia form, For disiribniion, iorward one coyy to t1�e $ridge -•---• --.__. I3ivieion (D-b> and one copy to the Mat<*isls and T�ts Divisian (A9) if eamples are submitted and make a note o1 same on D-6 coyy_ � � 1 I i' I' ' i; I ', I � v r -➢i m m i � ' ` . , . � . , � � _ . __" _' � ._ � .�._ � . _ r _. " s ._... _ i ___� -_. ' ' "' ' i � � �' � $ .� p = . � 3 � — -� -- !-. � ' ;� _. �� -- -- - -- . ;��>.�a N T .m,c —_____--=��"-__.. _� ' = (� �' 'I ,��,. �.. , . — � . K:��,' � , :c�n �r ol t 1 . ol m A .' W . j_ i � t � si re �' r Ci �- .� ' : 6` �' : �=:L:�rA� j}j} 4-=6'eclt2c.stuctlts' �'f�� i �„ � . �A ! � . I I� oi°�!- �' ��;A�(� � � ? 6i'O'= Z440"` _ �1.� � „" � � p p -c���n, '� �i � �XO � � '� + i � - � O< I�� : N C -.{ � �?`.�'O�� L. 1 1: . -t OEC.�''='x,�� Itt � . . _ ._._ . .}...� ._ "� _ _ . m�- �.i : �{.. _?'Z N 2,T.T j_O ii �� � O-f NN D�%:a'%2imi � u` ' 1 1�:� ; � � 3�:a �ti A: P.=x o�V �� i. � Oo G�m.c�n��„�z A 1 � $ � s� I °r"� E('. '. !-f' �•`- «:A�� '' ;$ fi'� i ob'c- Im gi� � rc+� .iz i`n am � � r"�i � o . --- _ ,}� -' *- _ ` � �°� A o 6� z� r!°-z <t <:� AA � rAiD�i ( 2 � 1 i `nni �� , -� O �C F" i T v a !,^ � 1 l 4 - T��' ' - ': � � ki 'c --�- -� - �! ; i� � - x'., �- ` , � � -.- - - - - _ �._, f o ----- . =' � � G i � C_______ i i mi''„ �.z� ; � i � �O � � `I � t � ( x� i �A � � . .0 �� � I' --�_36.. --- - �?� � I „ il N,� � I ��i'. � ! ' - j ( I � �59,Q'=:2360`;._ . I' ";j: � i � •� >Ip �. �._ � j (I � : � � I � _.�� -. � -:-i � 3<� '4 ��Z -* �: � C�N Gx � f ..��,,�ID m N I , i �Ia. �.� i � � ;,r' ----- " - - --- � { 4 yoP�-�' ,`.,.,-' L I � s� _n,� . � �f g o��r> ID -0 > i sso' �' '�o. � � � �.�:��, :i � _� . �a� � �r � ; �P� � ,;�'c � � `_ :_: ___ _,� . ;. ' ' �' � � r =j j , ` ,� � . . � 6 o s� 8 $ � zr.er- ra.od z�.00' f - � ;n,� : S crrw ,mrn,� crraa $ m ;z2�Aj o�p ' i A s c -, lm, _ x�� (_, -----' � a � -- -- _ ? � ;` '� -` i - . �na^�� :� �_____--- � ��� � I; D CI tl m e,l � e.'n'�+ . b I '_ . O ( O '�OI ( x � ' � ' '_ m �n AI 4-.G� 6 DR/l1ED_. � 1D � N�e I 6 j6 �^��om� SH,qF[S G SSO' 'c� � � o��-+� j, ..� �1 � � � . % ;N aicn?i =22fl,0' - iJ'O �i ! '�« la ; I � u' m 0 0 '��Rl = }o'".. . ' �.sG . "�fy y � i -t �I � � � i r_ � 'na�� I f��<. E� ,. u, i� '.+�.r ' 3 c � m �' � o � �a w h'Qc �� � I'^,�, (� . c�3 $ ' ' � �1 � a � z �) � c �R ¢ yia'.m"� � T � i$` 'n ��p �'' : j � a 2:` ! o _ g� � { f � � 1` m 3 s � ��r r:, �i , �C;_ _ '� U � . I) � o o � +,t �$� I����' ��c c Q r� ( � � C 1 c � t -m, � � � i,�F.� A RI o � �. �T: N � � K!�i� "�m :� ` '"; � ���- - � � � � T � � 4' Y ; � - - � j .o ___ ` 1 � h ` _ - _ ��,. � � �; �O �r—__—__ ; � ��- g : Ii oi }"c mi�o �.{i h , .a A � '� ! _n� � (, Tt.00� o�ew.w ���D � -36'.'�ZS.TlLLEII -� �v�Z A 1-a i i � �y 'S5.0o' 'Y1.o0� '' .�oa .�o � = F Z SHAr"75 @ 2A� „ �y_.� =� � m���`` ' =Z08:0� _�. �.h Y (a :g �,mg.. ? R Loo e&CA � j� fKf kit�. too� �' m` .. �i� n, i � y io? �....� �� : 0 u • 1� Z Ui N�.83�='Y • 34-�1' stcE�LK � � sI� � m �? 'o_^ °� �'� � � � i I o � ° : < ;; � x : � + 'V ('see��+o sTwe cat� �nsj v�w� -'�j r `O !n pr � u � , i �� ' (n � � : :i : � - I ° _— • b �• S � � . G.25 . jl - u,a�.,� - --- � 1�oe c i P , �, �w c` y � , --3 i -d � N<> � F"+ � _ "j� I 'e �� ' : o� ,�(� ao2ic� � O O ���N^�`� _ ��_�`I:�� : i . _ � xi i :: :'t� ��- �� _ d„ �� �u � ro �>� -�(� i. . t__ __ ' ; aac ?_ iU �� . -�' _ ' I A m �-v g , '& � ° P�=� � -36"�OKRL� v�, i .' ="qpn - �� � : I , I� � 2s m o _ _. ' , * -' SF'AGTS @4 ` �`. �n� i_ �! �, i U1 iN � I ,� '=/6,C.0''. i�^ol+-.''a`--Zi f + r I-'� �x n �i Q ���m o ! I 1.t iv�`"' �� ;: �>` ��Z -�� ii g 8 ° ° (� � = _ . ._ =x t ° ^ ' 6 � . `° � �,N f i ��� b � o )� 0 o`h? °� �' ' � �I�'o�°„o �! .. ��N a� (� � P '� � I� ( 7 � y p p� _ � � = O _._ .. .. � } : . _ f' ( -� m _ _--i'. y � O , . � � �v - � �� y� ,_ �; r= �P .I v . rs y -0 nj. � i � c u � o x� ��: o- ---�- �. � � n ,: _._ � _ - -� � � � � � _ = L = - � � mz„�. � C___ _'_ r � Py`� !v : b � (mpm� _'�o� .._ '�`�- � �� � A� � a . c c-'__'_ ' -56dQ7tt1.• i a.>.on V' N�{l . s� ' b'6'- t ` "a� I.. r=�0� O SNfcFTSE 4/1J' =���Z � > � A-.. i r � m �^ ` �u� T a o � � " _ . . _l64A' , � � � p �, .,, a � -t y � i � c, ��in E�z ayc � . >� I'� .�c v N a. ➢ 1 , �y� ( �, y ' 1� �- � �y � -t � �i, 3,a u �� I v p. � . �Q, v 9 r _ m . o t7 E v n - .'i ` ' � I " dOtY D�� i o 1P I � N O P � z - '��aa�� j�.i m i ��` �j^�'�(yi-s°- �� •�`,� � � e ard' �: � �-_.�a_ K���� � _ - I - _ � - - _ -- -' : --� '� u � Q __ _._�. •—_—_S.. 2 I N �� I� a mi ;; p N� N �. . In A 1� � �� � ?P L• 11t �� . � L3 �� � . ... �� . o ma �b I�� s ;;--- � �,z al = � N.� , , $ ��, , o �.3�:����:ca�;.,, } I� �p � , n",> "' Z'� N • o.00r, • � 'm�. ;I� ' , 's�• �q.i =4` I:ili y $ c, ... ° �:y i�m . si°"45picoj � � �� 2�. . �°,.'��� �C.��'.Q.P-� cr� Ou- � 1 0 lt `3� i t ' ` � �oa= •I> ` . � v � •.i a' A �.: . �v.�L? i ssa' f " � � 0 F � = o a�* ' y; i c� . o; li �' 'T - �j?Ij � r � � y 61 �� -� zM � «�s' i��s'. � to.00'ioD7 ^' Gea� : .... �s: :.'.< y .� a a i. ` _ o y�•G' jj i� �r1f � � 'Tb`�' . >- a ,wj. � �� - ; '�.i3r�SLv ',� � � . � � � ��� _ �- _ , _ % C-F.>.O''�SGO� . � � �'. � , :{ �i� �� 3 . �'.G- - ' �� �r. F- ` � � 4 � � � � .� 'E-----=—'-"7-' ,. �;i�e .ot4tr�^a_aYrwl� - � N �_�_� ' _ » — _ sT^''ls'� � �,..Zs'o}so � ! 3_i x r ,� � � ^ . ' �o o ^ StoPE : �3 � > ° � -� c>o QO ����'1� � �. � sm.� � ° - � � � �" !' ��.� �a ��$ z � m �r � n n;� >lo ��� �-.0 or!�' � a rn � -�e"` L-� c� e> v � '�e�w.�w �.wnoa � �'-�. � � e�r� �� � �'`5.°'-4aa- i. �� "Qn ` o j £� g � � � olo � ^ jl j .tj•r��3 Z: Iro$ � {v m ' � N . 'G 3 3 ° '� n' I 4� z�„ r' f i�-n.00 .�+es .e^�� � s o0 0 i, n�'T' � � yy -�r ��_' S a 3 � ol � Z s:c,aa '�vo�„w... i: n � � T� 4�y Z G (� O P SM1.0(L Gy� � ^ _ $ 3 _C � Q - ' -' _ _ ' _ �A o d � 1� . \t.oa' �. a rn �'" � D a l\ � ? � o_�_v� �A. , o.onY, a�1. t' i _ . r � � "' � - "' � Z6+ '� �� �, y, t ' i to° � ^•�.:m : �-i= �T_ -- �--- ---- -. ..-- --- .a , p� � r s'�. iz� w� s*.�, o� S __ - f j � �j_$:_�_.� .. �o Q -g -'�� _o� _ � -- •-3 _.., � ' ' '__ " ' .__ ._ _.. "_' "_'_. _ .__ _ .' • . 7 . . . . .. . . __. � � -- - - ---- ��; �,�- �; .. s �^ --- --� --- .$ L o 0 0 0 � S ;.� .. ---"'--.. __ .,.. ._ _ -3-;r��,n -� -- ?' _�,��8�3$ �?� ' � _ . �y',�,•`St��''.�ti�2i°L�-�-¢=1� Z$ ��z. � , bi� � i�� �s �! � � �c• _.__ _� ;'o^'�•c']-� q�� .a��.�5 ='ip�' _n�J m , t� y.� �" ' � .Q.j ���, ���`Yy .R;L-2S--L S S O 1 P S 2Lp' >> _ , �,,I'. <¢�`'y :: �` s g.�, � 8� ' ' -.��4---�s-�==.�: m� `: 3� � r ' r. --' -- - ' e�c.cc.4oc� L_r3�t- ' ..i_� ��,- i �C '� _ E-��r.-_.5-�` .�:i � ' oa°�? i _ i . � _' �c:.J.37._60-0� 1 F .ma ( ; ags r�i� 1 i:, '- i�v - w� . ' _'' h �p(S: a2 � �� _ P�y NIK+ .1 � .�n � Ci�� �:i '�" i �'i, ?'� o , o i„ ' ` i � ._ b. _a ._ ac �- ' Y ':-i '_ s ' j c � �r? �m '� '��, �o: � . . � : ' �o� € V � i' �� e� � u+h O , .. �°,�e<:�,�r /�/p> �i i ; y ;c ��- ~nu __ . s_'._ N _ �. ":• b �V(j O „ �. _ . �. p. im V' � � � 'r:a. -`Y' ,u� f � a ' ` 'a '`�o � .Q2'�C�: y: f � � � ' {! . � � � ''6 . 1� � �n� ='�d�E.^`�� � ,%� p�J�(;•�� ) � �C� � � _ , y "e -. • n .� --' -�' � . 3 g:.� ts-ji Q l a.l� �� _.�_J�.o' V. '".c=====_ . �� ---; { i � �ov� � l/� a' 1 ..� X ! NA E �'y.gt /'/•- � _ i._ _ v L.__ jo.. S.{ 1 -- ----- . �a-36'd�+rru�o .1 ( i� �,� I � � u:� � a' p " - rXRFZS '$W.� � � ' ' � ' ` , _ �8H.0' . � - ' _ (I f _ -. � N _,. ' i O p� Z -,� , . >x ^ `.s �'4 � I. �! ( O .. ! Y � � a' ' -'-.._..-.- �.l-'-" . . . ��. ----�a:� �- - 4 n _ � . _ i �� '�� , - r jj� � . x' " _' _ '. f ' ' '. _ . . � � � E_== =_= _ _ ' � � -- —r cn< � . _ � i j X � � : � m`'A � . � _ . � --- � u ' -'.>�.' ' . � � a-3a"'9 CRlr1.5HAFC'. i . ...Cm vS8.0'='z32..0'"" �I � . f H a � ;i. �"._. . :�QIIGIE'"d -- --- -- - �; ' i ' , � — $ ; � 3 � � � ' '.a�. E° 2 E*' a m�� � � f '�(! � ., m n �-� � � .a�c,_g_r.a.�:f'� :i � ' f ° 1 4' r` -i .�` I ��,�y I �. . l�E.`�L�On�C C O OO V T('��� .� - l : o t_ � e r �., xFi N ' - "' � n .e h t. F ` ' ' - " - � � _ (J � ` G_.___ _ _" _ '' ' m� ' —'_ N .O ' �( � � E� o ; �� - � � � P� � . �� nm= -,�S"D�7FILL'SK4PI5 : x., . i p. !-o. - zY � i� ' k -- ----- g''_ - ��o'= z�c+.a- . �c-o �°1 � �z � o m -� � ° � i n c r� u -� u o �i ; i ' ''� _!�� j!) m-x_ Ip `o_ � m � � ia . . :. : ' _ . � p. _ _....._..---.a2... 9 8 ..� Z N 2 �X' �pj � `?� �, Q t `' '- ;�p I i ___.r Y Q � � Q � - .-._--..._.. - - -� a-.. ._. t � ;C a 3 � N � fl' � ;' �� � � ,�: v : o _a` ,'�� 5 <n :, j' x i i li � � U p K i�`' `' i'f=====_____ ' —_� �3,� -- c j ; "_ � 4 �! � A `� , i � � � .. f .' a 4-�6"�OR/!L. SHRFTS: i�; 7�'�_ �1ZP i -�c N I � t1 �.. E 65A = 26ZL0 { �� . �" � �{ f ... . - L ap - . .. . ; :i; g� i � "` � � 1 � a � _ .. �i. ..i � +� , w n n . � .�ms ; h �il � j � - . . � ~ - ' . _ � L ' ` . S -�- � � G __ ___"_ _ � i � p' m�� I�i ., a r� t ; � ! v. �'' . � i ... ..- � � _%'9 OAlGL .al14FT5 I i n Z y Q c f.,.p'c�OA' t .`) i n r+ �--� . ti � ' �Ijf�� N� { ;a� � �gg '��u: _'-� i �I �-. g � � � �.��,�u.� "c " �r {ij� `cA � n �� : C F C s li 1 � _'"_ . ' , ,_ :, : �.� . ' aF :'F ` E � o � � � � !� �.�'�, .,i ' iS• +� �,\ e� - I^ x .- � ' a .� � � -• - y-_� ' � —' t N � L______ ____ p � � � w. - t � k��tl �, '1 . ' c ad ; � _ = - - �_�y a�,�` �,�: - ��;1 - ; ? ; � ��_ .� ���.=�. . y ; ; _ �:. � . � .---_ _ � __ N - � � �� � .�= ,^ �m � 8 �f 3 •�, a r o_,. �� . �t � ! � > � � �, H z � � v° �. ,.�n rn � v� �; �� T�� � I $'t; s r �� 8 ; x�! � � � P r43 p 2 /� -- ` - -� �'�� 2 �. °' ��� �"� i ^L= --_-_-' � ' � -� o P j.� Q� I � Va � � _� " _�3 2�C �� - - -- aR � : m'+' N A� j_�4-�6'd II!1/LLED 1 w^> z F :�: _s+<cFrs Si.a'= .� - � .. — �� � vi -- . O S .. . �-o'' --- ... _ _ . . o t�i "' '' �` - � x � i LL � � s� �_ o � _.T. �. ._ . _ _ � - ^-s� ; - . : _ ----'- �- -- — - --- - - - Y—�_.__.._��... "�_"_ . � � m m A . $ O 8 . , � , ar , •is.00 �.�4 �.m soo D - -'-' ' �'�_s� - a �ya'; . crwe.uc I � �w1 oF .c;;i': � �; zr . '�CXWA'w ' „4T h�(h�R .IOn�j' O (�.t5 1"I__y �����- ...... � � , � i. `�_�. _ ' � �- �m a Y ao : bh � ,u ,o � _��, Q -�� i j o.o��h ` .^..�y� suPe ort. - siaPe o ssa. i � _ u.ao' ' r�co' zr. ` me� a1R.1 civ _'{t� , __ -g 'i � � � a � � � I� � I � � �� S n ' � -s �s � II 8 r : I A �, ��-'I �- -- -t" � �' ' ... / ;I ` � _ ' 7i.00' ovtanu� � N �-�i � 1 N � �ao'_.L_ �s.co .0.00� F� � �KL� R/^IL � N� N V � A s y � W 8 ' .J ��� N �~ >Ma� �m A � P 0 \a - � `- 1 c� ,� �Dm .e�= b� ` n m�� c� _ . ...°$! . N �� .. ,� p c � � c s �P O O Q � 8 � �.y� � `° � �` K� u N �s g ? � u v ..:.,.. o pg � O � � w�a P 8 �Dap � f. N> Z � ^ �T 8 m � D � u�� 'JO� 5.00 SIOEw�tK � �' o �4 � y � g p � c $F i .a � �� y ,, � � A � 8N 8g-o J J� o� < � � , f ;'� i�, :' o� Particle Size Distribution Report � � o00 C � C C C C� O O O O O O R N (O t'J N \ e— \ \ � i` i� � '+L 3: � # � ��� . '! ;I � f , , . . . . . , i � . . . . . � , . i � . ` i I � i, i i i I ; � . � � - --- - - — --- - - 90 i , , ----- -- - - ---�---- - - �-� -- . i ; i ' � � � I � � i , � ; : � � ' i � ' � f �' i � : I I __ . ' — 80 � i � ; � ,I I 4 ;: : . ;: `� t _ _"_(_... _ I --; � I I I� I( I i �� � � � 1 I � � i � � . { 4 � � I : ! �i I � � �i � � � - ---- �- -- , � = — ; � � ��___.___� __; 70 ; i � i �( i u ! � : '� �:� : : �: j .w. . I ; : ; : ; ; : � ; i i I , �� . :.: . i � �. � �-:ii � . � �! �'�! � i = • � i ' i I � I � t � I I �I i I�i i� 1 �i � ; ii � � � ' i � ° i i i I( i � � i` � � � ( � I I� I� � �I� ` � �� I_� I I�� I �' �I � � �� �' � � W 60 I !�. ��I I i ii � i�; i j. � �!;� �! i! : i �{ �, :� �� i! i ;!, ;, � i z i � I � g i. I, i: i' i ' t� ( I. � � I i(. �. i I � � i � �� � i LL I� .I (' 3�I i i �, I .. I ��� t� �'� -i i i� I ��� (�' 1 � � I I �� i� __ L: : � I I� � i i I�Ti �_T_L ., � ( t I . � 1 ' ' '. L�.�. : =r . � � � W 50 I I I I I I I) � I i;j �-�_____ � , i,i ;;;I i: � �i i'� I; � i j i i�I i � I ; ,�, ,��I��ii �;���'�I�' ':'�,i'�''�'� ' :I� � U I 1 ' i . � � I i �. ! i : � �. ' , ;; i � � i ! . , i � , � � �� I � I ( I�I�i li_ I_. -- �� .--�-� �:' �t i, �_L i � I i 40 �-F �- . s_ i__ i j,.•�-i G --�-�� � �- � � � I� , i �� � �li ! � (�I �! ��!i �' I. I,� . I� I i� � � ; i �; I � I � ( � i� I � I� �� I' I' � i � I;� i i�� �, � '.i ��!I ( � � f � i� i� I I i i ��: : j , � . � . � I ,� I � I ;�i , i; I � I� '1� . I ' 30 ; �� �I I !� � ; i � I �,) ; � , ��� ' ii � �l�I i I !�� . i�.�I I i i � : � i I � � . i i , � . I i i.; ! i I i � � �( i ii . I I �.i �: � I i jii i 'i � I� t ii: I! � : ; � � � � I � I i � i ' I' _ i � •' - � I 1� � � : � - _ ' . _ L —tc l 1_.F__E .'—�—'___� 4�--} ' J— 20 I I-�' �E .'�'u'_ '.--�L_-r.-r .t + __ _ i _ _� 1+ 1. �:.r- -�%-* � ' � : t� i f � �__ I I ��' � i( I� i i. i; � �� ;, I i i ' 1 � � � � � � � � .i : I ! I , � � � j � i I� I . , � ; ��� � ° ., � , .�� ; -- ------ --- _. ,o I-- , —�--�+�-;-; , �--�--- -a��.�- - i_ _ -- � ��; -� ; � � ��' ��F ; � �_ ; �_—� �.-�--� �---i-�— � i ;� i �; ;`; ; i�� j s;:; I!i .': . i� I j� ; i i� j I I {( �( I' I� i('f � � I i? 'i I ! ilj �i ;; � i ; I (� i;, i i � i � � I I I I 1 � I " i � ' � i � ' � 100 10 1 0. 1 0.09 GRAIN SIZE - mm. i o. �,.� /�+ % Fines �G v.�..:��: Ol0.74i1V %+3" Coarse Fine Coarse Medium P�ne Si�t C 0 0.0 0_0 0.4 0.1 4.5 93.0 �-� L� P�. D D D D D D C C 03360 0.2415 0.2124 0.1591 O.1i26 Q.0924 i.13 2_61 �ilai�ri�i Description Sand,tan Projeci No. 425-I2-27 Client: Alan Plummer Associates Project: Water and Sewer Improvements O S�YT1p1e Iduit3172r: B-5 85-10 Cii�J E�1�i�iiEERliv�, ��1C. � ; o�i 1�ior�h, i exas USCS I AASHTO Tasie�! $�r: MWK ���cke� Sy: AM Y� A T I'^ ii �1 A i t1 t T— Li /_ i 100 90 $Q 70 � 60 111 Z Li. z 50 W U � � 40 d 30 20 10 0 LL Parfiicie Size Distribution Report � = o00 � ��, �� _� � o 000 0 0.�0 tp - c7 N n \ it it �L # 3t 3t it �j � ' j � 1 i I' � i � j i : ; `i ? ; j ! � li ; ;`� ' i : i 1 � � �i) � � il � ; �i �1i i � i �� i ! � � ( I _ � ; � � : ;) i�' ' � ' ; ' I i I� i' I� i' �' �� i � � i' �'' � I` I i � i i (! I � I O � I!; ! �� � I� i � �,�� i � i l: i {' '� i:� i ! �I � Y i: i ��., �; �. � ; . ; i i i t i � i I I I' 1 � i i u� i i i� • , ii 'i � ! Ii j(i� '�!' i�i I'll (� � II I � � �'� I I ` I � i( i I� I II I � I I I � i �I !! I �! II � I � I i � ' I( I � ! � I I� � � � �(� i i� j I �I j �I� i I� I I {� I ji� I( I�� �I ��' �� � � �li�, i � ' � ; �i`j`: I'i ' i � � ����ii � i � � I I� � I I I � ' � ' i i I�I �' i �� 1 � �;i 4:1 I � � � i Ii( il �yj �, i, i � � � I� j i I � � I�i) � i � � i � I i i j; il i i I I � I � . i l i '� u I i � ��:I � I i i i � i I I I I I' I I I'I I I i�! I I 1 I I i i I li ! il I�I i I i i I I l� i ! I I i I l I I I I� f 1 I� l I I I � � � � II I I I I II I I i I I I 1 I I I I II I 1 I I i I I I I i I I I I I � i I I I I I I I I � I I I I I I I I ' i I � I I�I I i I 1 ? I I I I I II � i I i I i1 l 1 I � I 1 I ! i I I I I i I i;I i I I' � I I i I 1 I i I I i I I'I I I I I I I I I I I i I I I I I I 1 i I I I I I I I I I I I I I I I I I I I I I I I I I I 1 I i i I I I 1 I I I I 1 I i I I I I 1 I I I 1 1 I I I I I I I I I I I I I I I I I I I I I i I I I I I i I I I I I I I I I I I I I I I I I I i I I I I i l I I I I I I I I I I I I I I I I i I I I I I I I I I I I I I I I I � , . , I I I I I I I I I I I I I I 1 Ii I I 1 I I 1 I I i I I I I I 1 i ' I I I I f I I I � 1!� i i i i I I 100� i i 14 i i 1 0.1 C-iR�.�� SJZE - l;�:^':- % Gravel % Sand %+3" Coarse Fine Coarse Medium Fine 0.0 OA � Q_0 OA 0.7 89.8 PL 03188 � a.2161 � 0.1854 � 0.1294 � O.Q883 0.0761 iY�3i0ii2i �ic''SC� i�iiaii Sand, reddish brown ProjeCt No. 425-12-27 Client: Alan Plummer Associates - Ptojeet: Water and Sewer Improvements o Sample Number: B-4 3_5-5 'f CMJ ENGINEERtNG, INC. �) � ;� . �` �ort 1North, Texas �I T,...�...i iZ... �riA71! ('7�c�icnv7 i-Li�• ��n t:..�:t'.il J�• �'1tYY1\ �1•• � i —� � 0.01 0.001 _ I % Fines � —�- Ctay _ 9.5 � " �• 1 Cu _ 1.02 2_84 u��S ���:Tv a� n'r-= ^ �tt � Ll1 i L T.LV ,a� 9� 8� 7� � 61 W Z � z 51 W U � W 4i Q. 3 2 1 VTV'1IlV JILL - 11f111. % Gravel % Sand %�3" Coarse Fine Coarse Medium Fine 0.0 0.0 0_0 0.2 0.3 79.7 LL I PL 0.2721 � O.1b05 � a.1324 ( O.a903 ;'�aie�ial Sand> rsrldish brown Project No. 425-12-27 Client: Alan PIummer Associates - Project: Water and Sewer Improvements o Sasnpfe Number: B-2 8.5-10 r.,�s,.a a..• nnin�� :c�t�uv�, ir�vri� CMJ ENGINEERING, INC. �� �i I'I Fort �1lorth, Texas If i_HariCnii �2V' �A/I —•--_---- —s- % Fines Silt 19.8 G ���S I �.���+3v r�! w rr_ w.t n i'�LH i C fi. 7� Particle Size Distribution Report C� ENGINEII2II IG INC. Project No_ Boring Na. Project Waier and Saniiary Sewer Improvements - Phase 1 425-12-27 8-15 Casino Beach and Watercress Drive - Fort Worth, Texas Locafion Water Observations See Plate A.'1 Seepage at 4` during drilting; water at 9' at completion Completion Completion Depth 1 �.0. Date 6-25-12 Surface Elevation � Type _� B�53 u� o � Q � t�4 � Stratum Description SILTY SAND, brown, w/ gravel (F1lL) dense 5 ..� r 0 � � U gray ana tan, Ct1�1YEY SAND I SANDY CLAY, gray, w� calcareous deposits, hard ----------------------- o . o ti Oj N = � 'o Z � � �- °J �' � _ . rn .� ""' C4 0 0 0 � N+J � w 4% rA � ' in� ' �' a� �� -..r�— x� a�i �C� c Q-a U � sy�1� ryn> >= N= N� -`o� "''ui V�� w C! � m� �a � a E ca � m-a o o c.,Q c o 0 � � ma� acn �� n.� a��c> >� �c�� 3_0 4 43 4.5+ 9604 u. � .. _..___. . o al AT� A �452 �?! 1 rlfr (1C RCl�ii�llv �Ifl L�d_'3 � gr Lra � a_ ra, � u J� ' ...... . C� ENGLNEERING INC. Project No.. Boring No. Projecf Water and Sani�iary Sewer Improverrtents - Phase 1 425-12-27 g-14 Casino Beach and Watercress Drive - Fort Worth, Texas Location Water Observations See Plate A1 Seepage at 13` during drilting; waier at 14' at completion Complefion Compietion Depth 15.Q. Date s-25-12 Surface Elevation Type B-53 - o V- O N N C ll -� �� O � p \ ' � � LS � c �j Il- N tn o�� Stratum Description o o�: ��� o o� �� z= � v N \ C U U � N n � 'p U � 3�LL N> � in=" in axi �� -- � o� c u1 Ci o�N m m vE �� Ra "o o �� c o 0 � � ma� �v� �=, a� as �c���� �c�a SANDY CLAY, brown, w/ gravel, hard (FILL) 4.5} 1a 4.5+ 7 4.5+ 11 S1LTY CLAY ! SANDY S1LTY CLAY, brown, w/ 4_5+ 79 39 13 26 15 calcareous nodules, very stdi to hard 4.25 19 5 3.25 17 109 4480 CLAY, dark brown, wi calcareaus nodules, very sti{f 3.5 85 57 16 41 24 1 CIAY / SILTY CLAY, gray and light brown, sfiff 1.75 21 107 1660 1 ----------------------- i � N � N n H O C7 � � U a c9 � N N � � I ( I 7 I I I I ( �� � p� ( � ( I I I � Da e.�-� s� �t � � �; i n� nc Rni?S�.�v t�ifl ii_'� C1 • �r-• � � •--•_ ° _ � V� VV V L . Z � J Project No_ Boring No. Project Water and Sanitary Sewer Improvements - Phase 1 C� �G�'E�rrc grc. 425-12-27 8-13 Casino Beach and Watercress Drive - Fort Worih, Texas Location Water Observafions See Plate A.9 Seepage at 12' during drilling; water at 13.5' at compietion Compietion Completion Depth 15.0• Date �-25-12 Surface Elevation Type 8-53 � y O . O N N = LL � � � Q. j� � O� 0 0 �� � N� o � � Stratum Description o o � @ �� � . � � � ... _ . m � o w ��. � _ �, � � �� - � - -��- ��,- w x w � ❑� o �� U � 3�u' N> �— N— Na� a'c �--� v�� w �'1 � a�� m� �E m� �'a o o `c� c o 0 � � mat-� a�n �� Q� ci ��U �� �Ua •••-= •� ASPNALT, 2 inches thick 4 :=::::::- ''=��'"� SAND / ClAYEY SAND, brown, w/ gravel (FILL) 17 4 4.5+ 5 1 r- 0 � � � � a � � N N iiJ N R ((�(�t�,{( ��{ fl � � L�ltl l�}� SdV! l�{V�,7 n%�, �� �� V{ Y,�w- � � i� I i� Lt� i i_ P�l� i V � r��- - -- ----- - - Pro'ect No. Borin No. Pro ect C� ���G INc. 1 g � Water and Saniiary Sewer Improvements - Phase 1 425-12-27 B-� � Casino Beach and Watercress Drive - Fort Wortt�, Texas Location Water Observations See Plate A.1. Seepage at 14` during drifling; water at 14' at completion Completion Compleiion Depth ��_�. Date 6-25-12 Surface Eievafion Type B-53 �. � � . � °' m � _ � .� � o o - - � o o � � Straium Description o �: m m� o o � � _ � _ � � `� � y� � � - a� �� �� � � oc.� = Q� U p 3�tx" �> '�= in= inm �c »-y c�iE� tti CJ ou�� cam �� m� �a-a oo c� coo � � mn.t= �cr. �� a� c� � �U �� �c�a. .-�.•'. ASPHALT, 1 _5 inches thick � 5 caicareous nodules aNDY CLAY, brown, w/ occasional gravel, hard and 4.5+ �L.. � � -stitF below 14' ----------------------- � a .� L.(�C� Ut' F3�it=C'ti�iU I�CJ. [�a- a� :�� - 'L3! A T� .+'� �! A i f i�rl t L I�f� i�3' ? �� ������. Project No. Boring No. Project Water and Sanitary Sewer Improvements - Phase 1 425-12-27 B-� � Casino Beach and Watercress Drive - Fort Wor�h, Texas �ocation Water Observations See Plate A.1 Seepage at 11' during drilling; water and cave-in at 14.5' at completion Completion Completion Depth 15.0• Date g-25-12 Surface Etevafion Type B-53 - o � o � a �� Q.. >. � � a Z � � �- m � cn o � `� Stratum Description � � � = � -� _ �' � �n � o �m �� o �o � �� z= _�� U f� 3��' N> j= in = in m�� � N � E� w Ci o�� ca m a-� � E mv o o =� c o 0 � � m�� acn =,� a� a � �c> >� �c�n. ASPHALT, 2 inches ifiick 4.5+ 6 GRAVEL, 5 inches thick 4,5+ 70 32 12 20 8 SANDY CLAY, reddish brown, hard 4.5+ 5 112 13870 4.5+ 7 SAND / CLAYEY SAND, reddish b�own and light 41 4 5 brown, dense - 31 20 7 SAND, light brown, wi gravel, medium dense 1 ::'.:•; � 25 3 `;�-�� �`-�` �. 29 5 11 � ...rt:.... � � � � r - F O L� � U 'a � � N N � oi ►i I i I� I I i �� i i i � � � � a3a t�-�-G � � � i �, i nr� n� Rn�i�c� �c�. �s-� i� , L� , � - = - - „ - Project No. Boring No. 425-12-27 B-9 Location See Ptate A.1 _ Comgtetion Completion Depth 20.�. Date 6-25-12 Surface Elevation �� EDIGINEERING iNC. Pro}ect Water and Sanitary Sewer Improvements - Phase 1 Casino Beach and Watercress Drive - Fori Worth, Texas Water Observations Seepage afi 11' during drifling; dry with cave-in at 12' at completion B-53 u. o � s Q. T � � Stratum Description 5 � � SAND, light reddish brown, medium dense SANDY CLAY, brown ----------------------- I�In n LVl.7 VI" DViZit�lV IYV, �'�� 0 � �� � N �-a Z ' � U a� N C!) y ` � o 0 o w m+j � �� � � in� � �� v� v X � m �C� p Q.� (� � �s=�" N> '�= in— ma3 �c �-�i o�� tt1 Ci o n� tn m� s� ca � cu -a o o c s c o 0 � � mn.E-- a.cn _,� a� a � �c> >� �aa 4_5+ 5 4.5+ 4_5+ 2.0 i'3i A""'C A �`ii �i T� fi 1 f- f i= i.G . . .. .. ._. . . .. _ CMJ ENGINEERING L�IC Project No. Boring No. Project Water and Saniiary Sewer Improvements - Phase 1 425-12-27 B-7 Casino Beach and Watercress Drive - For� Worth, Texas Location Wafer Observations See Plate A.1 Seepage at 13' during drilling; water at 12' and cave-in at 26' at Completion Comp(etion comptetion Depth 30.0' Date 6-26-12 Su�face Elevation Type 8-53 � o . LL p � N C � � a ' i1 T� O� � o ��y �� LT (II • N C� o�� Stratum Description � o; m �� o � o � � m o � � Q� o. 5 CLAYEY SAND, brown, light brown, and gray, w/ grave( {FILL) CIAYEY SAND, brown and reddish brown, w/ gravel CEMENTED SAND, tan and gray, very dense CLAY, light brown and gray, hard CEM�NT�D SAND, light reddish brown, very den SAtVDY SHALE, gray, w/ cemented sand seams, CEMENTED SAND, tan, very aense -------------------- U � ���'s' �> �•- in•- maxi 'i�c --y v�� w CJ o n�� cu � s� m E �-a o o �� c o 0 � � ma� arn .�-, a� a = �U �� �Ud 0.5 4 1.0 5 3.0 5 4.0 $ 6900 _f r� -s De A�i'� A�f ii 1 L�G t�t= kSVKl�!C� !�±0. �-� - — -- — - - - - �'� ENGINEERLNG LNC Project No. Boring No. Project Vllater and Sanitary Sewer Improvements - Phase 1 425-12-27 B-6 Casino Beach and Watercress Drive - Fort Worth, Texas Locaiion Water Obseroations See Plate A1 Seepage at 18' during dritling; waier at 18' and cave-in at 29' at Comptetion Compfetion completion Depth 30.0' Dsfe 6-26-12 SurFace Elevation Type B-53 0 LL p � N C �y .a — a1 - Q a � � -a Z � � � � `� fA o � � Stratum Description o a ; � �� o �o �� � � �_ � �� � o� Q U � 3�� N> �= N= N m �' �—� �n c�i E� ttt Ci oaau? cam a� �6� �-o 00 �� �oo � � COdI- LS.U) _1J aJ Li � �U �J �UQ ASPHALT, 2 inches thick 4•5} 6 SANDY CLAY / CLAYEY SAND, light brown, wl 4.5+ $ gravel, hard (Fll.�) 4.5+ 27 15 12 7 4.5+ 10 113 4300 7 5 CEMENTED SAND, light reddish brown and reddish brown, very dense 50/5" 2 50/4" 5 � _ 50/5.5" 16 13 1 - :.�:: 50/4_5" 13 2 - -w/ ec:zsiC.^.2! C!2�/ Se2mS he!oU? 2�' 50/4" 20 25 - CEMENTED SAND, gray, very dense :::::::.: '! 00(2" 3 •�--.... I '.i N � � � � 0 � � U C7 �� � Z IIE � Q � I � � I I I � � 9I � (( I 1 1 � _i_ t t Oj l �� a nr nc Q�o�+.ir� �in �z_a. ��ATC A_3 I �i� LLLJ V1 L1/i1%IYV i'iV. �/-LJ J Project No. Boring No. 425-12-27 B-5 Location See Plate A.1 Compfetion Compietion Depth 60.0' Date s�r_12 Surface Elevation u- o _G � Q. T o � � N N Type C� INGIlVEF,RI�IG INC. � Water and Saniiary Sewer [mprovements - Phase 1 Casino Beach and Watercress Drive - ForE Worth, Texas Observafions Seepage at 17` during drif(ing; water at 15' and cave-in at 20.5' at completion CME-55 Stratum Description an and gray, very ---------------------- o • o � N � � ' • � O O� Z o �LL . m �� � ' � 0 0 � � �o � V � U � � � � � � � . . - - �. � o� o Q..= ��,� v � -- --x �, U � 3c a'� �� m'- c`�a� -oo c�' coo � � mnm.i-� n u> �� �� a5 �U �� �U� nntd �F� •�/+ �r i'�/'�flSit!'� >1!'1 s� oA u� T i� � Xi1 7- II_P�i i L I"4_LiJ � vt� vr nvrt�3�v ivv, �-•_� " �J ENGIIVEERNG ING Project rto. Boring No. Project Water and Sanitary Sewer Improvements - Phase 1 425-12-27 B-5 Casino Beach and Watercress Drive - Fort Worih, Texas Location Water Observations See Plate A.1 Seepage at 17' during drilting; water at 15' and cave-in at 20.5` at Campleiion Compleiion completion Depfh 60_0. Date s-5-12 SurFace Elevation Type CME-55 � 0 lL � � � N O LL w � � � 'Q Z � � V' � � fn Q' �' C6 - N °� � � Stratum Description o � � o o � �' _ _ � � � � o o y� � �\ �\ � X w ro DU = Qa U 0 3�t�" N> �— �-- �a> Nc �y a�� w �i o�cn � m a�� � E �� o o c� c o 0 � LY COdH dfA JJ dJ d� cG' C3 �� �t..i� CLAYEY SAND, fighi reddish brown and light brown 4_5+ 18 14 4 10 SAND, tan, loose to medium dense -- � 4 5 � -- 13 6 3 : =::::=: 6 3 � �:�:: CLAYEY SAND, tan, w/ gravei, loose to medium dense 7 30 1$ 2 17 '� 9 2 � 20 3 �2 20 3 CEMENTED SAND, tan and gray, very dense � 100/2.5" N._4_ � -- � 0 � � - " 100/4.5" � 4 -_- � N ' � N V � ���. !'�,'� � 100/1.. � 5 "'}'j � i i ! i i �r �-: -- ` o r�,._c:....,.,.r nr,,.,f nono DI A"Y'C !1 S2� C7{ � r.i+ nr np c0.tr� Atr1 S�_t. 'vVttt:trucu tvcnt i c.yv a Le--t a a_ ra.vu i O LVV Vf" �Vi\t!�J1.7 �vv. s.�—v Project No. Boring No_ 425-12-27 B-4 Loca6on See Plate A.1 Completion Completion Depth 20.0• Qate 6-4-12 �� Surface Elevation C� EIvGINEERING INC. project Water and Sanitary Sewer tmprovements - Phase 1 Casino Beach and Watercress Drive - Fort Worth, Texas Water Observations Seepage at 8' during dritling; water and cave-in at 6.5' at completion CME-55 ta- o w � � � ; Stratum Descrip#ion and gravei, rown, 0 o c u- OS N ' • � O O� Z o �LL' � �� '-' C6 0 0 0 _.-_T. m+-' �+ j -� tA o ' Tn� '�ai 'a� �� � � a�i QU o n.� - ,_ � - ::. x . - Y ' � � o�c�l� �� sE m� �-�c o o'c� c o 0 d' EK Cfl O.. i- n. (n -� J d_1 CL �� U � J � U O.. 4 � � � � � a � -w/ gravel below 18' ----------------------- ol II I _ �----1-- � 0 ,,.. i2_A �i i C'a� �(= BGi=ciivv ivv. :.,--r �L��� �,� � C� ENGINEERING NC. Project No. Boring No. Projeci Water and Sanitary Sewer (mprovements - Phase 1 425-12-27 B-3A Casino Beach and Wafercress Drive - ForE Worth, Texas Location Water Observafions See Plate A.1 Seepage at 8' during dri[Iing; water and cave-in at 8' at comptetion Completion Complefion Depth 20.0' Date 6-4-12 Surface Elevafion Type CME-55 0 U- O N � N C LL � � O. • ' � o� � o ��- mNa- Q T � _ � °� � � Stratum Description � � � m� � � � � �- � � _ � N � \ o � C � U � U � _ � 'O ' in � -o �; —- a� 0 V Q. U � o �� � � �• �•� �� o co .� N c�i � � w C1 a� m._ s� � = o 0 � � m�F- drn �� a� d5 �c> >� �c.�a SILTY SAND, dark brown 0.5 9 SAND, tan and tight reddish brown, loose to - medium dense _- g 5 5 "�=:- 13 23 1 - - 11 19 20 15 : �•:::::-: -w! cemented sand seams below 18.5' ��Q�� ��� 19 2 :�:::=': ----------------------- N � � � ... 0 i� � 0 � a � � N N f LJ Z 1L' O � p1 � � �.�r• n� a�ntn�r t�irl �_�� i te.�iT� �.�3 I O� LVV �( LVI\1/Yv �sa/. +- - - J C� ENGINEERING WC Projecf No. Boring No, Project Water and Sanitary Sewer Improvements - Phase 1 425-12-27 g-2 Casino Beach and Watercress Drive - Fort Worth, Texas Location Water 06servations See Plate A.1 Seepage aY 12' during dritling; water and cave-in at 12' ai completion Compfetion Campletion Depth 40.0' Date s.,�_12 Surface Elevation Type 604.5 CME-55 0 ti o m � N � ti � � Q • . Q j� � C � c � 12' N M � , � .a Z yc\ o � � Stratum Description �' �° � � � '' _ . _ �� ��� 0 0 �-� � - � �� :� �� o� _�� 603 0� SAND, 5 I :�'�,: 15 . Z -.:i:'::� I 576. -w/ reddish brown below 8' -w/ gravel, 22' to 28.5' aNDY SHALY CLAY, tan and light gray, w/ sandsione fragments, hard 571.0 SAND, gray, w! light brown siit seams, very dense 567_5 SHALY SiLTY CLAY, dark purple and gray, w/ sandstone fragments, hard 564.5 ----------------------- 0 c� � U a � n N N � Q U Z � O m O o �OG OF BORWG NO. S-� J ��,� Nm�--- X�, , o � � o �� �,> �=' ��=' �� _ � --�; ��� w C1 �a�� cu� s� �a� �a-a oo c,n �oo � � ma.t= av� _,� n.� a = �U �� �c�a 0.5 9 P�d��� d'0.� � CM� ENGINEERING INC. Project No. Boring No. Project Waier and Sanitary Sewer tmprovements - Phase 1 425-12-27 B-� Casino Beach and Watercress Drive - Fort Worth, Texas Location Water Observations See Plate A.1 Seepage at 10' during drilling; dry at completion Completion Completion Depth 60.0' Date 5-30-12 Surface Elevation Type 622.5 CME-55 . o �- Q m � � o ti a n >, � � � � � ' ��' _ �� °� � Stratum Description -� Z o �, o o�� mo o � o�� _� o ��� Q� V 0 3��- �> �=' m•— inaxi �!'c ry c�iE� W � o�tn � a� 6E � E �-a o o c� c o 0 � � mn.� acn �-, a� a=�c> >� �c�a SILTY CLAY! CLAY, light gray, w/ sandstone fragments, hard 100/5" 562.5 ----------------------- 00/2.75' N W H � � � U d C'7 N N N N V Z I � � @ o LOG OF 80RIi�IG NO. � � ��'"� � � �'4� � . .. . .. . . . _ CMJ ENGINEERIlVG INC. Project No. Boring No Project Water and Sanitary Sewer Improvements - Phas.e 1 425-12-27 B-� Casino Beach and Watercress Drive - Fort Worth, Texas Location Water Observations See Plate A.1 Seepage at 10' during drilling; dry at completion Completion Comptetion <'" -° Depth 60.0� Date 5-3Q-'12 Surface Elevation Type 622.5 CME-55 o . 1�1- O m � N C ll' L � �' a � � � Q G O �'N a Q T � . -a Z o �, � �,; � . _ (n o � Stratum Description � �'' cn o � "� _' ' �_ �� �a ov =a� � 3� u_ N a? "a ....: '— - �-' � o c «. x .,.. U c v>> �•— in= Na> N c -..N oE� w ti omu3 � o� gE �� �� oo c,a ,c'oo � � ma� �v� �� n.=, o. � �U » �c�a 621.5 SANDY CLAY AND CLAYEY SAND, light reddish 4-5t $ 620.5 6rown, lighi brown, and dark brown, w/ sand 18 20 16 4 4 - pockets and gravel, hard (possible fii!) �g 4 _ 619.5 c�aYEY SAND. dark brown and brown, w/ gravel 593. 588 a � -w! gravel, 8' to 13' -w! clayey sand seams, 13' to 18' SAND, tan and gray, w/ gravei, meaium c -6-inch thick g�avel layer at 20�5' LIMESTONE, gray, wi shafe seams, very dense � 572.5_ � 5 m—•---- 0 o LOG OF BORiNG NO� �-'i gray, gray, gray ana �ignt reaa�s�� fragments, dense to very Continued Next Page 6 100l1. 5" ��..A�� H.�� � SOIL OR ROCK TYPES o � _._._. --- � � GRAVEL LFAN CLAY m m -- s • � � � SAND � • . SANDY � _ ._ . SILT CIAYEY SILTY HIGHLY PLASTIC CLAY �� . �� � � � • ::::::: .■.■■■■ - . .■■u■■ :::.��■ • • ■■■ •' Auger Split Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL FICIe Gfaltl2d SOIIS (More than bo% Passing No. 200 Sieve) Descripf.ive liern Penetrometer Reading, (ts� Sa{{ 0.0 to 1.0 F�� 1.0 to 1.5 Sf��{ 1_5 to 3.0 Very StifF 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils tMo�e �r,a� so�ro Retained on No 200 Sieve) Penetration Resisiance Descriptive Item (bfows/foot) 0 to 4 Very Loose 4 to 10 Loose i0 to 30 Medium Dense 30 to 50 Dense Over 50 Very Dense Soil Structure Relative Density 0 to 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Rock Core Cone Pen No Recovery Cal�reous Contains appreciable deposits of caicium carbonate; generaliy nodular Slickensided Having inclined planes of weakness that are siick and giossy in appearance Lamina#ed Composed of thin layers of varying co(or or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of altemate layers of different soil types, usually in approximate(y equal proportions DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; coResponds in consistency up to very stiff in soils Soft Can be scra.ch2d with fing�rnail Moderately Hard Can be scraiched easiiy with knifa; cannoi be scratched with fingernail Hard Difficult to scratch wiih knife Very Hard CannoY be scraiched with knife Poorly Cemented or Friab(e Easily crumbled Ceirienied Sound together by chemically precipitated material; Quartz, calcite, doiomite, siderite, and iron oxide are common cementing materials. and iron oxide are common cementing mate� ia1s. � Degree of Weathering Unweathered Rock in its natura{ state before being exposed to atmospheric agents Slightiy VVeaihered Noted p� edominantly �y co(or change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock kxiremety Weaihered Compl�te cQ!�r ,h��ge Gvith consistency, texture, and generaf appearance approaching so+i ...,w�.�..r c• D:-�TL 6'• 2 S� —ir =� : :��:Y :?:yI� 3 7 ii+z�47��,7 (�E� i �3 G�r�v3;; �..�-. Major Divisions N .N m m w 0 0 N O z c � � � ,O L � N � C � �� � m� � �L L � � (Q 0 � v m w 0 � � � c� L � 0 E v > a� � 0 0 N O Z c ca � � L •N a� m � � N y c i� N �_ rn c4 � � c � �.�.. � 0 � � c � � i 0 � � L �` � � � � � `� > � N � o ' L � � .�.. o � � o U N � � � � U � u�i a�i `� ca � °v `r c o � � o � Z � � E 'C L � m N �"' ��`` � ,m � � � o L Q � � � Q m n � � � � � � � � N N � � � � O N � � a� � v 'y U .... ,� a> � a� � L •(A ov o � a N � oz � o = c � � co ca � � � � � � � � � � `� a U m � L (Q � � � fi. v Q v a � �n m at � -. � � c °� � � (n :� � a' � � Grp.I -�yp�cal Names I Laboratory Classification Criteria Weli-graded gravels, gravel- � p60 (paa)z { C- greater than 4: C� between 1 and 3 f �W sand mixtures, little or no � " p o,a x �� j to fines � ' -a �- C.� o m ��s Poorly graded gravels, gravel � a ��� GP sand mixtures, liftle or no � cn �� Not meeting al( gradation requirements for GW fines v o � � � �; �� � Liquid and Plastic limits �� �id and lasfic limits Silty gravels, gravel-sand-silt N �? =� below "A" line or P.L q p GM a� piotting, in hatched zone mixtures �� �� greater than 4 beiween 4 and 7 are � N c � " ��' : °� borderline cases N o : � Liquid and Plastic limits re uirin use of dual GC C�ayey gravels, gravel-sand- �� o := above "A" line with PJ. Q symbols ciay mixtures 'm z ;:� greater than 7 � m � � � w ' � o � ; m D60 � �z Wefi- raded sands, ravell �� �� between 1 and 3 9 9 Y � C� — greaterthan 6: C�= S� sands, little or no fines �� o,o o,o x �� a: Q Poorly graded sands; � .`� � c : �' � �°' = Not meetin all radation requirements for SW SP gravelly sands, little or no �� � o ; g g fines � � �, Q � O o Q- N � l °�' �� a� Liquid and Plastic limits Silty sands, sand-silt �� N�� N betow "A" line or P.1. less Liquid and plasiic limits SM m�� u r e s a� o N o o than 4 plotting between 4 a n d 7 Q� w°�' �,�, are borderline cases u� �, o requiring use of dual c�� Liquid and Plastic limits ,—j. SC Clayey sands, sand-ctay E �� above "A" line with P.I. symbols mixtures �� m gr�ater than 7 ���� I o0� Inorganic silts and very fine ML sands, rock iou�, Siiij( Oi c(ayey fine sands, or clayey silts with slight plasticity Inorganic clays of low to C� medium plasticity, gravelfy clays, sandy clays, siity clay: and lean clays �� � Organic silts and organic silty clays of low plasticity � MH c ca � � � L � U � � a, CH � �� Cn = � .� � oii ... (norganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic siits lnorganic clays of high plasticity, fat clays Organic clays of inedium to high plasticity, organic silts —'' �� � Peat and other highly organic = o 'o �t + so�!s :�R;r��� �.^.;;.. �! �Lcct��raT�4�! �Y'�T�iVi LiGuid ! imit Plasticity Chart oa 1 I. '.. w rr_ w n 1 Lii t G H.G � � 10 "LU 3V 4u -+v �� '- - .� 1 1 \ \ � .� � � � 7 � / a J � / i Q i � ' _�J cl z. W � W � � s � � � � 0 a o �' � c J � L C � L "-' m° � 3 � � z t S � VANSN�RE AI�T �_:, � � �] j� ��\ �� �Q , � ��Nid � f� �� j� � � / / � � I� v / 1 ` r -, J � man�� y�� N�N3d\ / o � � � m � i / / I a� \ � � I 1 � � t `o � � � 0 J � L � � x a J � � �1 � � \\ \ \ � \ � � \ \ I 1 l � �-I /—' � � � � � \ 1 � � � � � 1 � ( � � � � 1 � \ / l � -� AKER��GE \ / V t, 00 � /_ .._ o �" � 3• � J � � � m ;uSN y' �, ��: r; i � m � � � � 0 � � � 0 � o �' m � 0 � a ¢ 0 U � � w � � � N � � � � N � U Z � U W 7 � � 7 � U ti w � � � � � a � � � '� w � � �Q � " x � �_�� m ���� � >-aoo � Q�Q� z �� � � W� Q Z o � Q z w Q � U PZATE � i�.l� � . ? �� U � � � _ � _ W � � � N � � ��i � � N � U z � U ltl 7 O � Q. 7 � U � I � > � , n > � k � � � � � � � �Q V X � �- W''' Q n >-ao�, 0 � Q�Q� 2 U� Z � w� � z o i Q z � � Q � PLA TE - r �i 7 h = � H.IH t i � r .�--= our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, i# is urged that CMJ Engineering, Inc_ be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with #he recommendations contained in this report. !n addition, we are available to observe construction, particularly the compaction of structural fill, or bac[cfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmentai assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an averall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized withoui a knovvledge and a�vareness of thei� intent within thz overall concept of this report. The reproduction of this report, or any pa�t thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes oniy and that verification of the subsurFace COi ILiIt10�iS fOi �Ui�i�SBS Oi� Ci2t^ci i i i1(liii� U�i�1CUii�f Of BXCaV2ilO�l� tfr3�IC3�J��1�y'� 8�c. are respar�sia����9�S of the contractor. This report has been prepared for the exclusive use of A(an Plummer Associates, Inc. for specific application to design of this project. The only warranty made by us in connection wi�h the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar loca(ity. No other warranty, expressed or implied, is made or intended. ��,�* Report No. 425-12-27 (Revision 1) CIVIJ BNGINEERING, INC 20 delineating the interface between these materiais. The logs also contain our fie(d representative's interpretation of conditions that are believed to exist in those depth intervafs between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. �aboratory soil classification tests were also performed on samples from selecfed depths in the borings. The results of these tests, along with visual-manual procedures were used to generally c(assify each straturn. Therefore, it should be unders#ood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. !t is not implied that these logs are representative of subsurface conditions at other iocations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the fie(d work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods ot dewatermg --.,� excavations. Unanticipated soil conditions at a construction site are commonly encountered and `-' cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected condiiions frequen�ly � ec�uire that additio�a! ex�z� �� �ures be ma�a by ty� otiv��r tc attain a prop�sly designed and constructed praject_ Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the su6surFace conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. !f, during construction, different subsurFace conditions from those encouniered in our borings are abserved, or appear to be present in excavations, we � must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. lf there is a substantial lapse of time between submission of #his report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent ta the site, or if structure locations, structura! loads or finish grades are changed, we urge that we be promptly informed and retained to review Report No. 425-12-27 (Revision 1) CMJ ENGINEERING, INC. 19 7.4 Erosion and Sediment Conirol Ail disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. Alt applicable ordinances and codes regarding erosion and sediment control should be foliowed. 8.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions_ In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construciion anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services ar� performed by the proj�ct geotechnica! engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engin�er at the outset of the project. Experience has shov+m that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with ihe project geoiechnical engineer. This results in a clear, direct line of communication between the ovvner and the ov�ner's design engineers and the geotechnicaf engineer. 9,0 REPORT CLOSURE The borings for this study v+�er� sslected by Alan Plummer Associates, Inc. and CMJ Engineering, Inc. The locations and elevations of the borings should be considered accurate oniy to the degree implied by the methods used in their determination. The boring logs shown in this ceport contain infiormatio� reia�ed io ti�e types of soi! encour�tered at sp�cific locations and times and sho�ni lines Report No. 425-'12-27 {Revision �) CMJ EvGi�rEEtuNG, INC. l8 areas or critical areas the frequency of testing may need to be increased to one test per 2,5Q0 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each fift should be campacted, tested, and approved before another lift is added. Ths purpose of the feld density tests is to provide some indication that uniform and adequate campaction is being obtained. The actual quality of the fill, as compacted, should be the respansibiiity of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 7.2 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipefines or other faciliiies, which are constructed prior to or during the currently proposed construction and which require excavation, shou(d be protected from loss of end bearing or lateral support. Temporary construction slopes and/or permanent embankment slop�s should be protected from surFace runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recornmendations are beyond the scope of this reporE. The contractor must comp(y with all applicable safety regulations conceming trench safety and excavations including, but not limited to, OSHA regulations. 7.3 Soii Corrosion Poieniial Specific testing for soii corrosion potential was not inciuded in the scope of this study_ Ho�vever, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. Repo:t No. 425-92-27 (Revision 9) CMJ ENGINEEItiNG, ING -1 t �7 ground water below the lake_ Therefore, casing of the bore excavation likely wiil be necessary to prevent caving_ With the exception of encountering relatively hard to very hard Goodland and/or Walnut Formation limestone and sandstone layers/seams/fragments within the Paluxy Formation, drifling/excavating of the granular alluvial and Paluxy Formation materials is not anticipated to be overly difficult from a materials hardness viewpoint. Although conditions have most likely changed, the Baker & Shiflett, Inc. borings indicated siltation depths on the order of 10 to 18 feet at #hat time, with slightly more competent sandy clay and clayey sand soils below E{evation 569 to 573_ Thus to maintain a cover of at }east 10 feet below the bottom of the estimated siltation elevation at the deepest portion of the lake, maintaining the bore excavation below Elevation 559 or deeper is recommended. The only method available to confirm the actual soil conditions directly beneath the thalweg of the lake along the crossing route woufd involve barge-mounted drilling equipment. 7.0 EARTHWORK 7.1 Site Preparaiion 8� Fieid Tes�ing The subgrade should be firm and ablz to s;apport the construction equipmen# withoui disp(acemen#. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Fil1 materials should be uniform with respect to material type and moisture content. C1ods and chunks of material should be broken down and the fili material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each l��er. Field density tests shou{d be taken as each lift of fill material is placed. As a guide, one field densizy tes� per lift for eac�r 5,OG0 square �eet af compacte� a,�a is recommQnded_ For small Report No. 425-12-27 {Revision 1) CMJ ENCINEEitING, I�Ic. 16 6.8 Provisions to Reduce BackfiH Settlement Field testing wifl be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include ful!-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel whi{e working in the trenches, and shall move the protective shield/shoring such #hat areas to be tested are readify accessible. The compacted moisture/density of all backfill soils should be tested at a rate af one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit setilement, where crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to {imit the intrusion of fines into the crushed stone material. 6.9 Bore Crossing Considerations The proposed bore crossing beneath the lake .should be situaied a sufficient depth beneath the thalweg to provide adequate support, cover, and excavation stability during construction __ � Exploration borings along the crossing route af the lake with barge equipment was not included in this work scope. Texas Department of Transportation layout plans and geotechnical boring logs conducted in 1983 by Baker & Shiflett, Inc. for the State Highway 199 bridge reconstruction was provided by Alan Plummer and Associates and are presented in Appendix B. These borings were perFormed atop the previously existing State Highway 199 bridge at that time_ Based on this geotechnical information along with study of geologic maps and area topography, the geologic interface between the overlying Walnut Formation limestones into the Paluxy �orrnations sands occu� nzar Elzvat�on 590 to 6Jfl in this area, as i;��i�atn� by Borir�g B-1 and Baker & Shiflett, inc. Boring SH 199 #2. Any excavation below this eievation can expect to encounter predominately sand materials with occasional clay layers and sandstone fragments. Above ihis elevation are the Walnui and Goodland Formations (mainiy limestone formations), which are overlain by granular alluvial materials in the project vicinity. The above information provides a reasonable degree of probability that a bore crossing beneath the lake at the planned location will occur mainly through alluvial and Paluxy Formation soils. ' These formations are predominately granular materiais and wikl bear significant quantities of Report No_ 425-12-27 (Revision 1) CMJ ENGINEEi2ING, INC. 15 6.6 Trench Backfill Pipe emhedment should be a coarse-grained cohesionless material that will properly fill the area below the spring line of the pipe: This bedding should extend above the pipe a minimum of 6 inches to provide protection of the pipe during placement ofi the trench backfill. Site excavated materials are generally considered suitabie for use as backfill above the pipe bedding maienals. All trench backfifl should be free of deleterious maierials_ Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult_ Backfill should be compacfed in maximum 8- inch (oose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfi(I zones requiring hand-operated power compactors or small self-prope4led compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisiure conteni ranging from minus 3 to plus 3 percentage poinis of the optimum moisture content_ Jetting to compact ihe pipe backfill should not be allowed. in areas where seitiement of the backfill must be closely controlled, the trench excavation should be backfilied with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. 6.? Trench Backfill Settlement Settlement of the backfill soils should be aniicipated. 1i is anticipated that properly cornpacted o�- site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For exarnple, 10 feet of fill would be expecied to settle on the order of 1.2 to 2_4 inches= The trench backfill could be over-built in order to reduce the potential for a surface depression a(ong the trench centerline. We recommend the backfill be crowned_ The centerline of the excavation should be over-built by one foot and sloped down to match grade at the edge of the excavation. Report No_ 425-12-27 (Revision 1) CMJ ENGINEERI:�?G, INC. 14 6.4 Soft Trench Bottom Conditions Soft trench 6ottom conditions are unlikely where the trench bottom is si#uated in the natural soils, but soft conditions may occur. Control ofi ground-water as discussed above is the key to avoiding an unstable trench bottom in soils which are more granular, as well as cohesive soils. Unstab(e trench bottoms are considered to be unsuita6le for support of #he proposed utility lines. Soft clays could occur where ground-water is present. In any areas where unsuitable clay bearing maierials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method: • Under-cut to a suitable bearing subgrade and replace with a structural compacted filL The over-excavation should extend laterally a distance of at least 1 fooi beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over-excavaiion bac[cfill should be completely surrounded with a geotextile consisting of Mirafi 140N, Amoco ProPex 4545, or equivalent. The bacicfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limes#one, or crushed concrete) approved by the geotechnical engineer. The backfi(I should be placed in maximum 9-inch loose iifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D 4253 and D 4254. - i 6.5 Excavation Considerations If open trench cuts are performed within 125 times the trench depth of any surFace structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance_ Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near existing struciures. A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to veri'ry existing condiiions (existing dis�ress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or dama�ed by construction operations. Any pavement struciure (concrete, asphalt, basa course material or stabilized subgrade) shouid �xtend a minimum of '! 2 inches beyond the edge of the excavation trench. This addiiional wi�ltli of pavement structure greatiy reduces the potential for reflective cracking upwards into the pavement. Report No. 425-92-27 (Rsvision 1) CMJ ENGIYEERING,FNG 13 Boring B-1 and portions of B-7, the excavaiion may extend into strata of intact, and massive shales and/or limestones. These "rock" materials will require heavy duty specialized equipment for excavaiion_ In addition, overexcavation should be anticipated within the shales and limestones_ Overexcavation may result from large biocks or chunks breaking along either weathered or clay seams beyond the planned excavation_ Readers should understand ihai in addition to the rock materials, soils containing high concenirations ofi gravei or those reaches witnin cernented sand materials also pose a poteniial threat of diff,;ulty in excavation. 6.2 Open Cut The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P. It is expected that near vertical excavation walls will only be possible on occasion due to the non-cohesive nature of the soils encountered and that trenches will require some layback. In the case that excavations occur through soft ciays, granular soils, non-campacied fill, or submerged soils it will be necessary to either s(ope the excavation sidewalls or provide temporary bracing to control excavation wa11 instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soii conditions encountered. 6.3 Trench / Bore Pit Dewatering As discussed in Section 3_3, Ground-water Observations, ground-water conditions can vary wiih seasonal fluctuations in rainfall_ In the case that ground-water is encountered, controlling the ground-water is essential to construction of the proposed utility lines. Failure to controf any encountered ground-water couid result in trench wall coliapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement and pipe deflections after backfilling_ Ground- water levels should be maintained at lease finro feet below the bases ofi the excavation for the full term or construciion_ Proieciion oi the open excava�ions should be provided ciu��g periods o► moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations_ The water fevel shoufd be lowered prior to excavating and should be maintained at this lowered level until the pipe trench is backfilled. It is likely that seepage may be controlled by means of col(�ctior► ditches, sumps, and pumping. However, in the event that water infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contracior's responsibility. Report No. �25-92-27 (Revisior+ 9) C1YIJ ENGIITEERING, INC. 12 Select Fill Backfili: All wall select backfill should consist of c{ayey sand and/or sandy clay material with a plasticity index of 16 or less, with a liquid limii not exceeding 35. The select fil( should be p(aced in maximum 8-inch lifts and compacted to befinreen 95 and 100 percent of Standard Proctor density {ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accomplished using hand compaction equipment and shouid be compacted befinreen 90 and 95 percent of the Standard Procior density_ Free Draininq Granular Walf Backfill: Alf free draining granular wa11 bac�ll material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixture. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percen# passing the No. 40 sieve. The minus No_ 40 sieve material should be non-plastic. Granular wal! backfill should not be water jetted during installation. 5.3 Below-Grade Drainage Requirements In order to achieve the "drained" condition for Iateral earth pressure for low-permeability walls (concrete, masonry, etc.), a vertical drainage blanket or geocomposite drainage member must be installed adjacent to the wall on the backfill side. The drainage must be connected to an outlet /`� drain at the base of the wall, or to a sump/pump system_ Drainage could be provided using a colle�tor pipe near the base of the wall. Drains should be properly filtered to minimize the potential for erosion through these drains, and/or the plugging of drain lines. Design or specific recommendations for drainage members is beyond the scope for this study_ These services can be provided as an additional service upon request_ In order to achieve the "drained" condition, the entire backfili material must be free draining, or the backfili-wali geomeiry musi be such thai the backfill will not become saturated from rainfall, ground water, adjacent water courses, or other sources. � 6.0 TRENCH / BORE EXCAVATIONS 6.1 Expec#ed Subsurface Conditions The project site spans across severa( miles of terrain, traveling though at least four different g2ologica[ formations, as discuss�d ir� Section 3.1. The soils encountered in the borings can be excavated using conventional earthwork equipment. However, the majority of materials encountered are largely cansidered non-plastic and subject to caving and sidewall sloughing_ In Report No.425-12-27 (Revision 9) CMJ ENGINEEXING,INC. 11 TABLE 5.1.2-1 — Equivalent Fluid Pressures At-Rest Equivalent Active Equivaleni Backfill Material Fluid Pressure (pcfl Fluid Pressure (pcfl Drained Undrained Drained Undrained F�ccavated on-site clay or clay fill 100 110 85 100 material Select fill or on-site soils meeting 65 90 50 85 material specifications Free draining granular backfill 50 90 35 80 material 5.1.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads {if present) should be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may b� accounted for by adding an additional uniform load to the full depth o� the side walls equivalent to one-ha�f of the expected vertical surcharge intensity for select backfi(I materials, or equal to the fuU vertical surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor_ Rnafys�s o� surc�ar�e l�ad� (�� a� �y) s�v��u be Fe;#o�e� o� a case-by-cas� basis_ TY;6s is ��} included in the scope of this study_ These services can be provided as additional services upon request. 5.2 Wall Backfill Materiai Requirements On-Site Soil Backfill: For wall backfill areas with site-excavated materials or simifar impo�ted materiais, aii oversized fragments larger ihan four incf�es in maxirnum dimzr�sion should be removed from the backfilf materiafs prior to placement_ The backfilf shoulrJ be free ofi all organic and deleterious maierials, and should be placed in maximum 8-inch compacted lifts at a minimum ofi 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 pe�centage points of optimum moisture. Compaction within fiive feet of the walls should be accomplish�d using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor density. Report No. 425-�2-27 (Revision 1) C1VI� ENGINEERT_NG, I1VC. 9 �J the boitom of the excavations immediately following exposure of the bearing surface by excavation. The mud slab will protect the bearing surFace, maintain more uniform moisture in the subgrade, facilitate dewatering ofi excavations if required, and provide a worfcing surface for placement ofi formwork and reinforcing steel. i'he concrete shouid be placed in a manner that wii9 prevent the concrete from striki�g the reinforcing steel or the sities of the excavation in a manner that would cause segregation of the concrete. 5.0 BEL.OW GRADE WALL RECOMMENDATIONS 5.1 Lateral Earth Pressure 5.1.1 General The below-grade wafls must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swelling, and vibration. In addition, the lateral pressures will be influenced by whether the backfill is drained or undrained, and above or below ihe ground-waier iable. 5_'!.2 Epr+i���lpnt Fluid Press!rres Lateral earth p�essures on retaining walls will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wal( height, are presenied in Table 5.1.2-1 for a wall with a{evel backfili behind the top of the wall. The equivalent fluid pressure for an undrained condition should be used if a drainage system is not present to remav� water trapped in the backfilf anr! behind ih� wal!_ Press�res are providet! for at- rest and active earth pressure conditions_ 1n order to al(ow for an active condition the top of the wall(s) must deflect on tt�e order ot 0.4 percent. For the select fill or free draining granular backfill, these values assume that a"fuli" wedge of the material is present behind the v�all. The wedge is defined whe�e the wall backfill limits extend ouiward at least 2 feet from the base of the wa11 and then upward on a 1 H_2V slope. For narrower bac�fiil widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils should f�e used. Repo�t Na. 425-�2-27 (Revision 1) CMJ ENGINEERING,INC 0 of excess water. In addition, the water table should be lowered to a depth of 2 feet 6elow the proposed excavation to prevent excavation base sands from becoming a�quick" condition_ Depending on the time of year and the general weather conditions, the excavation and placement of the mat/slab foundation may be in a saturated soil condition. If the construction occurs in a wet condition, issues ofi dewatering of excavations, strengthlsfabiiity of side slopes, and dist�arbance of bearing materials become importarrt. Due to the great variability of moisture condition, the presence of excess moisture in soils cannot be predicted. Mat foundations proportioned for this value should experience a total settfemeni of 1 inch or (ess, and a differential settlement of 3/ inch or less, after construction. 4.2.2 SAread/Mat Foundation Construction Spread foundation construction should be monitored by a representative of the geotechnical engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetration of the foundation excavation into the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use of excavation dewatering methods Precautions sho�ld be taken during the placement of reinforcing sieel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be placed as soon as practica� afte� co��letion of the excavating, cleaning, reinforcing steel placement and obs�rvation. Excavation for a spread foundation should be filled with concrete before the end of the workday, or sooner if required, to prevent deterioration of the bearing material_ Prolonged exposure or inundation o# the bearing surface with water will result in changes in strength and compressibility characteristics. Ifi delays occur, ihe excavaiion should be deepened as necessary and cleaned, in order to provide a fresh bearing surface_ !f more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces_ If a mud slab is used, #he foundatian excavations should initially be over-excavated by a�aproximately 4 i��h�s ard a l�a� cor;cre.� m:�d slab of ap�roximat�ly � in�h�s in thicicness shfluld bs placed in Report No. 425-12-27 (Revision '1} CMJ ENGTNEERING, I;�*C. $ Fluctuaiions of the ground-water level can occur due to seasonal variations in ihe amount of -�� rainfall; site topography and runoff; hydraulic conductivity of soif strata; and other factors not evident at the time the borings were performed. Water may perch atop less permeable clays, shales o� limestones, or may be encountered in joints, fraciures, or permeable seams within the clays. Due to the variable subsurface conditions, long-term observations would be necessary to more accurately evaluate ihe ground-water level. Such observaiions would require installation of piezometer or obsenration wells which are sealed to prevent the influence of surface water. 4.0 FOUNDATION RECOMMENDATIONS 4.1 Generai Foundation Considerations Two independent design criteria must be satisfied in the selection of the type .of foundation to support the proposed lift station. First, the ultimate bearing capacity, reduced by a sufficient factor of safety, must not be exceeded by the bearing pressure transferred to the foundation soils. Second, due to consolidation or expansion of ihe underlying soils during the operating life of the � structure, ioiai and difr'erentiai vertical movements must be withi� tolerabie limits. The proposed lift station floor is anticipated to be situated on the order of 35 feet or deeper within the medium dense to very dense clayey sands or cemented sands. This foundation is planned to be a maU�aft foundation. 4.2 Mat Foundation 4.2.1 Liff Station Foundafion Desiqn Cr'�teria A reinforcer! concrete mailslab foundation may be used to support strtac#ural loa�ls for the lift station_ The mat foundation may be founded at 35 feet below existing grade or greater wiihin the medium dense clayey sands or in very dense �cemen#ed sands. The mat/slab foundation may be designed for an allowable bearing capaciiy of 6.0 ksf at or below the above depth. The mat design should incorporate the potential for hydrostatic uplift effects of a shallow water tabie_ For purposes ofi hydrostaiic uplift design we recommend a ground-water levei at the su�Face. �xcavation for �he fift sra�ion i�asz wiil �eeci io incorporate cie�,vatering to keep tne excavatior� free Report No. 425-Z2-27 (Revision 1) CMJ E1vGINEERIIvG, INC. 7 3.3 Ground-water Observations The borings were drilled using coniinuous flight augers in order to observe ground-water seepage during drilling_ Ground-water seepage was encountered during drilling in all borinqs, except Borings B-8 and B-12_ Initial ground-water seepage levels of 4 to 18 feei were observed during drilling_ Water levels of 7 to 18 feet were measured at completion in these borings, except Borings B-1 and B-9, which were dry at drilling compfetion. Borehole cave-in was noted at depths�of 6%2 to 29 feet at drilling completion in Borings B-2 through B-7, B-9, and 8-10. Borings B-8 and 8-12 were dry at completion of drilling. Table 3.3-1 summarizes water level data. TABLE 3.3.1 Ground-Water Observations Soring Seepage During Water at No. Drilling (ft.) Completion (ft.) B-1 � 10. Dry B-2 12 12 w/ cave-in at 12 B-3 8 $ w/ cave-in at 8 B-4 8 �%Z w/ cave-in at 6'/ B-5 17 15 w/ cave-in at 20'/z B-6 18 18 w/ cave-in at 29 B-7 13 �2 w/ cave-in at 26 B-8 Dry Dry B-9 11 �ry w/ cavz-ir� at 12 B-10 11 14'h w/ cave-in at 14%2 B-11 14 14 8-12 Dry Dry B-13 12 13'/2 B-14 13 14 B-15 4 9 Whiie ii is not passible to accurate}y predict the magnitude of subsurface water fluctuation that mighi occur based upon th�s� short-term observations, it should be recognized that ground-v+�ater conditions will vary with fluctuations in rainfall anticipated tnroughout the year. Seepage near the observed levels should be Report Mo� 425-12-27 {Revision 1) C11�IJ ENGINEERING, I!�C. 0 1.0 INTRODUCTION 1.1 General The project, as currently planned, consisis of a new water and sanitary sewer system in Fort Worth, Texas, located along the north shore of Lake Worth and extending east into ihe city of Lake Worth. The proposed alignment generally follows Watercress Drive from Silver Creek Road eastward to State Highway 199 coniinuing northeast approximately 0.2 mile along Love Circle; then eastward across Lake Worth to near an existing lift station. A directional bore is planned beneath Lake Worth north of the State Highway 199 bridge_ 1n addition, a lift station is planned on the south side of Surfside Drive, approximately Q.15 mile south of Watercress Drive_ The approximate locations of exploration borings are i[lustrated on Pfate A_ 1, Plan of Borings. 1.2 Purpose and Scope The purpose of this geotechnical engineering siudy has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of foundations suitable for the project, and provide comments on general excavation. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilli�g samp�e �3afliigS lO d'�V1G11111t IC iii2 t�' 2i18ial SLi�7Si.li`FaC2 CO�i�'iiiOiiS aiiu t0 ��Jiaiii Sa�ii��2S tOi testing; (2) perForming laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) perForming engineering analyses, using the fie(d and laboratory data to develop geotechnicaf recommendations for the proposed construction. The design is currently in progress and the loca#ions and/or elevations of the structure could change. The recommendations contained in this repo�t are based on data suppfied by A(an Plummer Associates, Inc. Once the final design is near completian (80-percent to 90-percent siage), it is recommended that CMJ Engineering, lnc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Repor# Format The text of the report is contained in Sections 1 througn 9. Al1 plates and large tables are co�tained i� A��zndix A_ T3�2 aipha-nurin�ic pfate and tabl� numb�rs id�ntify ths app�n�ix in � ,� RQport No. 425-12-27 (Revis9on 1) CMj ENGINEERING, ING 1 TABLE OF CONTENTS Paqe 1.0 INTRODUCTION 1 2_0 FIELD EXPLORATION AND LABORATORY TESTING 2 3.0 SUBSURFACE CONDITIONS - 4 �.0 FOt3�iDATI�ti R�CDiViMEiJDATiONS 7 5.0 BELOW GRADE WALL RECOMMENDATIONS 9 6.0 TRENCH / BORE EXCAVATIONS 11 7.0 EARTNWORK 16 8.0 CONSTRUCTION OBSERVATIONS —18 9.0 REPORT CLOSURE 18 APPENDIX A Plate Pian of Borings . A.1a, A_1g Unified Soil Classification System A.2 Key to Classfication and Symbols— A:3 Logs of Borings — A.4 — A.18 Particle Size Distribution Reports A_19 —A.21 APP��IDiX B Plate SH 199 Bridge Plan of Borings B.1 — B.2 SH 199 Bridge Logs of Borings B_3 — B.14 i � �� ENGINEERING, INC. 7636 Pebble Drive Fon Worth, Texas 76118 w�vw.cmjengr.com August 8, 2012 Report No. 425-12-27 {Revision 1 } A1an Plummer Associates, Inc. 1320 S. University Drive, Suite 300 ForE Worth, Texas 76107 Attn: Mr. George Farah, P.E. WATER AND SANITARY SEWER IMPROVEMENTS PHASE 1 CASINO BEACH AND WATERCRESS DRNE FORT WORTH, TEXAS APA1 JOB NO. 0318-047-05 & 318-047-07 Dear Mr. Farah: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 11-3613B {Revision #2) dated March 12, 2012. The geotechnical services were authorized on October 11, 2007 by Mr. Clete Martin, P.E., Senior Project Manager of Alan Plummer Associates, Inc. Engineering analyses and recommendations are con#ained in the text section of the report. Results of our field and laboratory services are inciuded in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Aian Plummer Associates, inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfu!!y submitted, CMJ ENGINEERING, INC. Irx�s Fi�f REGiS1ti.�tioN No, F-9177 _ c` V ��,. Jame P. Sappington IV, P.E. Proje Engineer Texas No. 97402 ,m��..�� �i , � ��P.�E o� TE 9s t� .* � � �� *�+! ; ���� .::.......................... i JkMES P. SAPPINGTON, N � �,... ................ :...� ��, : 97ao2 :;�,�, ,i ts ��O�vAL�O �«��;`y copies submitted� (3) Mr. George Farah, P.E.; Alan Plummer Associates, lnc. ;� PF�onz (81i} 284-9'�0� Fn.: (817) >89-9993 Aife:ra {$17! �8�-9992 GEOTECHNICAL ENGINEERING STUDY WATER AND SANITARY SEWER i�i�i�0i/�iVi�iV�'S — �Hds� 1 CASINO BEACH AND WATERCRESS DRIVE FORT WORTH, TEXAS APA1 JOB NO. 0318-047-05 8� 318-047-07 Presented To: Alan Plummer Associates, Inc. August 2012 PRaJECT NO. 425-12-27 (Revision 1) E. Physical Construction 1. The PLC shall be of the modular construction, consisting of a back plane, plug in modules for the processor, communication modules, I/O modules and expansion modules. 2. The power supply shall be 120 Volt 60 Hz, and shall be sized for the total cards; including the power requirement of the spare I/0 rack slots. 3. Analog inputs and outputs shall be isolated physically and electronically from each other, and shall be of the 4-20ma type. 4. Discrete inputs shall be 24VDC and individually buffered with relays. 5. Discrete outputs shall be of the relay type and individually buffered with external relays. F. Spare Equipment 1. Provide a minimum of 20 percent wired spare I/O channels of each type provided. 2. Provide 1 spare I/O card of each type provided. G. PLC shall be designed for operation on 120VAC UPS supply power. All required power supplies shall be provided as part of the system and run from UPS power as shown in Contract Documents. UPS will be located inside the RTU cabinet. H. RTU enclosure shall be manufactured in accordance with the requirements of Specification 16487. RTU enclosure shall receive 120VAC power and utilize a UPS for PLC power and related equipment, power supplies, etc. The RTU enclosure shall include a convenience outlet and interior panel light. The outlet shall be labeled "COMPUTER POWER ONLY". J. All internet protocol (IP) addresses and PLC number designations shall be assigned by the Owner. Record and submit all final programmed settings and operating parameters. K. UPS Power distribution. Provide fused terminal strips for feed to PLC boards and each 120 VAC powered instrument from UPS power. 2.02 INPUT AND OUTPUT MODULES A. Digital inputs shall be discrete input points which monitor dry contact closures (or openings) externally located from PLCs enclosure, with "wetting" power provided by PLCs power supplies. B. Digital outputs shall be isolated discrete output points which provide dry contact closures to complete circuits with "wetting" power located elsewhere, such as the control power transformer of a motor controller. The digital output contacts shall be rated for 3A at 120VAC minimum. Interposing relays are required. Refer to the Instrumentation Drawings and the Electrical Drawings for interface connections. C. Analog inputs and output shall be of the isolated type that accepts 24VDC, 4-20mA signals. D_ Provide a minimum of 20 percent spare I/O points of each type in addition to those points dedicated to future equipment. E. All I/O points shall be wired from the module to field terminal blocks inside of the PLC. No external field wiring shall be landed directly to I/O modules. Programmable Logic Controller System 13500-3 F. Shields will be grounded at PLC side only. 2.03 SPARE PARTS AND EXPENDABLE MATERIALS A. The following spare parts and expendable materials shall be provided as a minimum. 1. One (1) of each type I/O module (board) used by the equipment system supplier. 2. One of each type of the following modules used in the system: a. Processor. b. Any other type of special function modules. c. Radio communication device. 3. One replacement power supplies for each type used in the system. B. All spare parts shall be individually packaged for protection against impact, moisture, and dirt. Each package shall be clearly labeled as to its contents with a description and part number. PART 3 EXECUTION 3.01 INSTALLATION REQUIREMENTS A. General: 1. Install all equipment and components in accordance with the Contract Documents, approved Shop Drawings, and installation instructions furnished by the MANUFACTURER. 2. Inspect each instrument, panel and other items for damage and defects before installation. Replace deficient items. 3. PLC components, modules, etc., shall be installed such that all LED indicators and switches are readily visible with the panel door open and such that repair and/or replacement of any component can be accomplished without disconnecting any wiring or removing any other components. 4. Comply with the other specific installation, start-up, and testing requirements as specified in Section 13300, Instrumentation and Control System General Requirements. END OF SECTION Programmable Logic Controller System 13500-4 0318-047-01 SECTION 15035 HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE PART 1 - GENERAL 1.1 WORK INCLUDED A. High Density Polyethylene (HDPE) pressure pipe and fittings in sizes %2 inch through 63-inch. 1 _2 QUALITY ASSURANCE A. Refe�ence Specifications: 1. AWWA C906: Polyethylene (PE) Pressure Pipe and Fittings, 4 inches through 63 inches, For Water Distribution. 2. AWWA C901: Polyethylene Pressure Pipe and Tubing, %2 inch through 3 inch, for Water Service. 3. NSF Std #14: Plastic Piping Components and Related Materials. 4. ASTM D638: Test Method for Tensile Properties of Plastics. 5. ASTM D790: Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 6. ASTM D1238: Test Method for Flow Rates of Thermoplastics by Extrusion Plastometer. 7. ASTM D1248: Specification for Polyethylene Plastics Molding and Extrusion Materials. 8. ASTM D1505: Test Method for Density of Plastics by the Density-Gradient Technique. 9. ASTM D1599: Test Method for Short-Time Hydraulic Failure Pressure of Plastic Pipe, Tubing, and Fittings. 10. ASTM D1693: Test Method for Environmental Stress-Cracking of Ethylene Plastics. 11. ASTM D2122: Method for Determining Dimensions of Thermoplastic Pipe and Fittings. 12. ASTM D2837: Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials. 13. ASTM D3350: Specification for Polyethylene Plastics Pipe and Fittings Materials. 14. ASTM F1248: Test Method for Determination of Environmental Stress Crack Resistance (ESCR) of Polyethylene Pipe. 15. ASTM D4218: Test Method for Determination of Carbon Black Content in Polyethylene Compounds by the Muffle-Furnace Technique. 16. ASTM D2737: Specification for Polyethylene (PE) Plastic Tubing. 17. ASTM D2239: Specification for Polyethylene (PE) Plastic Pipe (SIDR-PR) Based on Controlled Inside Diameter. B. High Density Polyethylene (HDPE) pressure pipe and fittings may be rejected for failure to meet any of the requirements of this specification. Pipe rejected by the ENGINEER shall be removed from the site. C. Inspection: The quality of all materials, process or manufacture and the finished pipe shall be subject to the inspection and approval of the ENGINEER. 1.3 SUBMITTALS A. Submit shop drawings and product data in accordance with the requirements of Specification Section 01 33 00. B. Submit manufacturer's installation instructions. C. Submit affidavits of compliance with the referenced standards. 1.4 DELIVERY, STORAGE AND HAND�ING A. Comply with the manufacturer's handling and storage recommendations. B. Use nylon slings or rope to lift bundles of pipe. Do not use chains. JULY 2013 15035 - Page 1 of 4 HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE F:�projects\0318\047-04�Specs�Final Specs\15035 HDPE pipe.doac 0318-047-01 C. Do not drop pipe. D. Support pipe every 4 feet. E. Limit stacking height of pallets to prevent any undue stress or deflection in pipe materials. F. Manufacturer shall package the pipe in a manner designed to deliver the pipe to the project neatly, intact, and without physical damage. The transportation carrier shall use appropriate methods and intermittent checks to insure the pipe is properly supported, stacked, and restrained during transport such that the pipe is not nicked, gouged, or physically damaged. G. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging of the pipe. If the pipe must be stacked for storage, such stacking shall be done in accordance with the pipe manufacturer's recommendations. The handling of the pipe shall be done in such a manner that it is not damaged by dragging over sharp objects or cut by chokers or lifting equipment. H. Sections of pressure pipe having been discovered with cuts or gouges in excess of 10% of the wall thickness of the pipe shall be cut out and removed. The undamaged portions of the pipe shall be rejoined using the heat fusion joining method. I_ Fused segments of pipe shall be handled so as to avoid damage to the pipe. When lifting fused sections of pipe, chains or cable type chokers must be avoided. Nylon slings are preferred. Spreader bars are recommended when lifting long fused sections. Care must be exercised to avoid cutting or gouging the pipe. ��_l:�i►��:Z�7�I�r��`� 2.1 GENERAL . � Pressure pipe for potable water systems shall bear the seal of approval of the National Sanitation Foundation for use in potable water systems. All HDPE pipe shall be new and shall be marked as in Paragraph E below. Pressure pipe shall be as manufactured by �'ofypipe_or�ppro�ed egual: The pipe shall have true section complying with the sizes specified. All pipe shall be free from cracks, holes, blisters, voids, projections, defects, roughness and chalking, sticky or tacky material. E_ Pipe and fittings must be marked as prescribed by AWWA C906 and NSF. Pipe markings will include nominal size, OD base (i.e.: 12 inch ductile iron pipe sizing, DIPS), dimension ratio, pressure class, Working Pressure Rating (WPR), AWWA C906, manufacturer's name, manufacturer's production code including day, month, year extruded, and manufacturer's plant and extrusion line; and optional NSF-pw logo. 22 MATERIAL A. Materials used for the manufacture of polyethylene pipe and fittings shall be extra high molecular weight, high density ethylene/hexene copolymer PE 3408-345434C polyethylene resin as defined in ASTM D3350 meeting the above appropriate referenced specifications: B. The polyethylene pipe manufacturer shall provide certification that stress regression testing has been performed on the pipe product. The said certification shall include a stress life curve per ASTM D2837. The stress regression testing shall have been done in accordance with ASTM D2837, and the manufacturer shall provide a product supplying a minimum Hydrostatic Design Basis (HDR) of 1,600 psi, as determined in accordance with ASTM D2837. C. Further, the material shall be listed by PPI (the Plastics Pipe Institute, a division of the Societv of the Plastics Industrv) in PPI TR-4 with a 73°F hvdrostatic iiesian stress �ratina -of �SOQApsa and a 140"F hydrostatic desig� stress �ratmg-`of 400:�isi. The PPI Listing shall be in the name of the pipe manufacturer, and shall be based on ASTM D2837 and PPI TR-3 testing and validation of samples of the pipe manufacturer's production pipe. JU�Y 2013 15035 - Page 2 of 4 HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE F:�projects10318\047-04\Specs�Final Spees\15035 HOPE pipe.dopc 0318-047-01 D. The manufacturer's certification shall state that the pipe was manufactured from one specific resin in compliance with these specifications. The certificate shall state the specific resin used, its source, and list its compliance to these specifications. 2.3 PIPE EXTRUSION A. The pipe shall be extruded using a melt homogenizing/plasticating extruder and "appropriaten die. The extruder screw design should be customized for the HDPE being processed. The extruded tubular melt will be vacuum or pressure sized in downstream cooling tanks to form round pipe to specification diameter and wall thickness with a"matt- finish" surface, per AWWA C906. 2.4 PIPE AND FITTINGS A. Pipe 1_ Pipe supplied under this specification shall have a nominal DIPS (cast-iron/ductile iron pipe size) OD unless otherwise specified. The SDR (Standard Dimension Ratio), and the pressure rating of the pipe supplied shall be as specified by Engineer. 2. The pipe shall be produced from approved HDPE pipe grade resin(s) to the dimensions and tolerances specified in AWWA C906. The pipe for the non-potable line shall be purple in color. The pipe for the potable and raw wate� lines shall be black in color_ 3. The pipe shall contain no recycled compound except that generated in the manufacture�'s own plant from resin of the same specification from the same raw material. The pipe shall be homogenous throughout and free of visible cracks, holes, voids, foreign inclusions, or other deleterious defects, and shall be nominally identical in color, density, melt index, and other physical properties throughout. B. Pipe Performance - 1. The pipe shall be in compliance with the physical and performance requirements of applicable referenced specifications. Specifically, the pipe will be extruded from resin meeting specifications of ASTM D3350 with a cell classification of PE 345434C. C. Fittings 1. The HDPE fittings shall be standard commercial products manufactured by injection molding or by extrusion and machining, or, shall be fabricated from AWWA C906 pipe conforming to this specification. All fittings shall be provided/recommended by the manufacturer of the pipe on each project. The fittings shall be manufactured from the same resin type, grade, and cell classification as the pipe itself. The fittings shall be fully pressure rated by the manufacturer to provide a working pressure equal to the pipe. The manufacture of the fittings shall be in accordance with good commercial practice to provide fittings homogeneous throughout and free from cracks, holes, foreign inclusions, voids, or other injurious defects. The fitting shall be as uniform as commercially practicable in color, opacity, density, and other physical properties. The minimum "quick-burst" strength of the fittings shall not be less than that of the pipe with which the fitting is to be used. All fittings shall be pressure tested by the pipe/fitting manufacturer to the specification and requirements of AWWA C906. Standard fittings are tees, ells, flange adapters, reducers, transition fittings, branch and service saddles, and hot-tap tees. All HDPE fittings shall be manufactures out of a thicker wall, (next lower SDR) than the adjacent pipe, at a minimum, of one standard wall thickness. PART 3 - EXECUTION 3.1 INSTALLATION A. Gene�al: 1. Comply with the general recjuirements of Specification 3305 10. 2. Install all piping in accordance with pipe manufacturer's instructions. B. Making of Joints: 1. Sections of polyethylene pipe should be joined into continuous lengths on the job site above ground. The joining method shall be the heat fusion method and shall be JULY 2013 15035 - Page 3 of 4 HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE F:lprojects\0318\047-041Specs\Fnal Specs\15035 HDPE pipe.docx 0318-047-01 performed in strict accordance with the pipe manufacturer's recommendations. The heat fusion equipment used in the joining procedures should be capable of ineeting all conditions recommended by the pipe manufacturer, including but not limited to, temperature requirements of 400°F, alignment, and 75 psi interfacial fusion pressure. 2. Heat fusion joining shall be 100% efficient offering a joint weld strength equal to or greater than the tensile strength of the pipe. Socket fusion shall not be used. Extrusion welding or hot gas welding of HDPE shall not be used for pressure pipe applications nor in fabrications where shear or structural strength is important. Flanges, unions, grooved-couplers, transition fittings and some mechanical couplers may be used to mechanically connect HDPE pipe without butt fusion. Refer to manufacturer's recommendations. 3. Plastic to Metal Connections: a. Make all plastic to metal connections by means of HDPE adapters. b. Do not cut threads on HDPE Pipe. C. Buried Piping: 1. All excavation shall be done in an approved manner to the elevations and grades shown on the Plans or specified. The trench bottom shall be free of sharp rocks and large clods of dirt. 2. Backfill shall be placed according to these specifications. 3. Pipe shall be placed in trench so that the pipe forms a slight "S" curve in the trench to accommodate expansion and contraction of the HDPE material in accordance with the manufacturer's recommendations. D. Exposed Piping: 1. Where required HDPE piping shall be installed in the locations indicated with hangers, brackets, supports, etc., at spacings recommended by the pipe manufacturer. 2. Flexible connections shall be required at locations where pipe passes through a concrete wall. 3.2 FIELD TESTING A. Comply with the requirements of these specifications for pipe testing. END OF SECTION JULY 2013 15035 - Page 4 of 4 HIGH DENSITY POLYETHYLENE (HDPE) PRESSURE PIPE F:�projects\0318\047-04�Specs�Fina1 Specs\15035 HDPE pipe.docx 0318-047-01 SECTION 15103 VALVES, PLUG PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, inciuding General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes the following valves: 1. Eccentric plug valves, 3-inches and smaller. 2. Eccentric plug valves, 4-inch and larger. 1.3 REFERENCES A. References: Following is a list of standards, which might be referenced in this Section: 1. American Water Works Association (AWWA): C517 — Resilient-Seated Cast-Iron Eccentric Plug Valves 2. Manufacturers Standardization Society (MSS): SP-108 Resilient-Seated Cast Iron- Eccentric Plug Valves 3. National Science Foundation (NSF): NSF 61, Drinking Water Components — Health Effects. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, those listed for the various valves. 2.2 VA�VE DESCRIPTION A. Eccentric Plug Valve, 3-inches and Smaller: 1. Description: Non-lubricated type, drip-tight shut off with pressure in either direction, cast body, flanged (ANSI B16.1 Class 125 and ANSI B16.5 Class 150) or threaded ends (NPT requirements of ANSI B1.20.1) for rigid joints and mechanical joints (ANSI A21.11/AWWA C111) for buried valves. 2. Design Standard: AWWA C517 or MSS SP-108. 3. Body: a. Cast iron, ASTM A126, Class B, or ductile iron, ASTM A536, Grade 65-45-12, or ca�bon steel, ASTM A216, Grade WCB, with bolted bonnet of same material. b. Body receives a coating of corrosion-resistant nickel seat. c. Provide a grit seal for upper and lower journal. 4. Plug: a. Plug with upper and lower shaft in a one-piece casting, with round or rectangular port. b. Material: NBR face, same material as body for cast iron body, for carbon steel body pug to be Type 316 stainless steel. 5. Stem Seal: NBR or PTFE. 6. Body and Bonnet Bearing: Type 316L stainless steel. 7. Bonnet Screws and Nuts: Stainless steel. 8. Port Area: 100% of connecting pipe area. 9. Pressure Ratings: a. Cast or Ductile Iron: 175-psi CWP b. Carbon Steel: 285-psi CWP 10. Manufacture and Product: a. DeZurik 15103 - Page 1 of 4 VALVES, PLUG JU�Y 2013 F:�projects\0318\047-04\Specs\Fnal Specs\15103 Valves, Plug.dorac 0318-047-01 b. GA Industries, Inc. c. Pratt d. Val-Matic B. Eccentric Plug Valve, 4-inches and �arger: 1. Description: Non-lubricated type, quarter turn, eccentric type, drip-tight shut off with pressure in either direction, cast body. 2. Design Standard: AWWA G517_ 3. Body: c. 0 Cast iron, ASTM A126, Class B, or ductile iron, ASTM A536, Grade 65-45-12, with bolted bonnet of same material. Body receives a welded overlay of corrosion-resistant nickel seat with a minimum nickel content of 95 percent or Type 316 stainless steel machined to a smooth finish. Flanged (ANSI B16.1 Class 125 and ANSI 816.5 Class 150) for rigid joints and mechanical joints (ANSI A21.11/AWWA C111) for buried valves. Valve bonnet/cover shall be removable for inspecting the plug and seat while the valve is installed in the pipeline. 4. Plug: a. Plug with upper and lower shaft in a one-piece casting, having round port. b. Material: Same as body with a vulcanized synthetic rubber facing tested per ASTM D429, c. Valve shall be capable of passing `pigging" equipment in either direction. 5. Body and Bonnet Bearing: a. Provide stainless steel thrust bearings on the upper and lower plug shaft with grit seals on upper and lower bearing journals to minimize entrance of grit. b. Size 20-inch or smaller: Oil impregnated, permanently lubricated Type 316 stainless steel. c. Larger Sizes: Bronze, stainless steel, or other corrosion resistance bearing material. 6. Packing: NBR or PTFE V-Type or self-adjusting U-cup design_. 7. Bonnet Screws and Nuts: Stainless steel. 8. Port Area: 100% of connecting pipe area valves 4-inches and smaller, 85% on 16-inch and smaller, 80% on 18-inch through 24-inch, 75% on 30-inch and larger. 9. Pressure Ratings: a. 4-inch to 12-inch: 175-psi CWP b. 14-inch and Larger: 150-psi CWP 10. Coating System: Interior and exterior coated with 6-8 mils of NSF approved two part epoxy coating system. 11. Manufacture and Product: a. DeZurik b. GA Industries, LLC c. Pratt d. Val-Matic 2.3 OPERATORS A. Buried Service: 1. 3-inch and Larger (not installed in Valve Vault): a. Sealed with 2-inch operating nut. b. Provide stainless steel shaft extension and wrench nut. Minimum extension stem diameter shall be 1-inch or diameter of valve shaft, whichever is larger. c. Provide valve box, bonnet and cover. B. Above Ground Service: 1. 4-inch and Smaller: Lever 2. 6 inches and Larger: Totally enclosed, geared, manual operator with hand wheel, wrench nut, or chain wheel as required. 3. Chain Wheel Operator: Provide for valves having a centerline six feet or more above the floor, unless otherwise noted. 15103-Page2of4 VALVES,P�UG JU�Y 2013 F:\projects\0318\047-04\Specs�Final Specsl15103 Valves, Plug.doac 0318-047-01 C. Wrench nut, handwheel follows: 1. ManualOperators: and gear operator shall be manual Operated and shall be as a. Provide manual operators on valves, except those which are equipped with � 3. 4 power actuated operators or designed for automatic operation. 1) Operator force not to exceed 40 pounds under any operating conditions, including initial breakaway. Gear reduction operator when force exceeds 40 pounds. 2) Operator self-locking or equipped with self-locking devices. 3) Position indicator on quarter-turn valves 4) Worm and gear operators one-piece design worm-gears of gear bronze material. Worm hardened alloy steel with thread ground and polished. Traveling nut type operators threaded steel �each rods with internally bronze or ductile iron nut. b. Exposed Operator: 1) Galvanized and painted handwheels. 2) Lever operators allowed on valves 6 inches and smaller. 3) Cranks on gear operators. 4) Chain wheel operator with tie backs, extension stem, floor stands, and other accessories to permit operation from normal operation level. 5) Valve handles to take a padlock and handwheels a chain and padlock. 6) Handwheels to comply with requirements of AWWA C500, Section 3.15 "Wrench Nuts and Handwheels." c. Buried Valves: Wrench Nuts: 1) Buried Valves: 2-1/2-Inch and Smaller: Provide cross handle for operation by a forked key. 2) Buried Valves, 3-Inch and Larger: Provide wrench nuts on buried valves, on valves which are to be operated through floor boxes and where shown on Drawings. a) Comply with requirements of AWWA C500, Section 3.15 "Wrench Nuts and Handwheels." b) Furnish no less than two operating keys for operation of wrench nut operating valves. 3) Provide concrete pad, 2-foot square by 6-inch thick concrete around valve box at ground surface. d. Design buried service valves for quarter-turn valves to withstand 450 foot- pounds of input torque at the fully open or FULLY CLOSED positions, grease packed and gasketed to withstand a submersion in water to 10-psi. e. Buried valves shall have a valve box_ Valve box and bonnet shall be cast iron. All components of shaft extensions shall be Type 316 stainless steel including nut shaft, shaft housing and guides. f. Extension stem diameter shall be 1-inch or diameter of valve shaft, which ever is greater. g. Stem guides made of cast iron with bronze bushings with adjustable offset. Provide stem guides at 5-foot intervals. Chain Wheel and Guide: Handwheel direct mounted, with galvanized or cadmium- plated chain. Operating Stands: a. Provide fabricated steel or cast iron operating stands in locations shown on the Drawings. b. Support handwheel or operator approximately 36 inches above finish floor. c. Handwheel diameter will not be less than 8 inches. d. Provide sleeve made for opening in floor beneath each operating stand. e. Provide suitable thrust bearing in each operating stand to carry weight of extension stem. Valve Boxes: a. Cast iron, extension sleeve type, suitable for depth of cover required by Drawings. b. Not less than 5 inches in diameter and minimum thickness at any point of 3/16- inch; provide valve boxes with suitable cast iron bonnets, bases and covers. 15103-Page3of4 VALVES,PLUG JULY 2013 F:lprojects\0318\047-04\Specs�Final Specs1�5103 Valves, Plug.docx 0318-047-01 c_ Provide covers; cast thereon an appropriate name designating service for which valve is used. d. When located in traffic areas, designed for H-20 loadings. e. Set valves and valve boxes plumb; place each valve box directly over valve it serves, with top of box flush with finished grade. f. As shown on Drawings, provide concrete pad around valve surFace box at ground surface. 5. Extension Stem: a. Provide extension stem when depth of valve is more than 3-feet below finish grade. b. Provide extension stem with wrench nut locating the wrench nut 6 inches below ground surface and/or box cover. c. Extension stem shall locate wrench nut in floor box. 6. Floor Box and Stem: Plain type for support of non-rising type stem, complete with stem, operating nut, and stem guide brackets. Provide stainless steel guides with adjustable offset. Spaced such that stem UR ratio does not exceed 200. Anchor bots to be Type 316 stainless steel. 7. Torque Tube: Where operator for quarter-turn valve is located on floor stand, furnish extension stem torque tube of a type properly sized for maximum torque capacity of valve. 2_4 ACCESSORIES A. Identification: Provide valve identification tags in accordance with these specifications. 2.5 SOURCE QUALITY CONTROL A. Hydrostatically tested at 1-1/2 times the design pressure and the seat tested in both directions at the design pressure. PART 3 - EXECUTION 3.1 VALVE SCHEDULE A. Refer to the plan and profile drawings for the Valve locations, stations and size. END OF SECTION 15103 - Page 4 of 4 VA�VES.PLUG JULY 2013 F:�projects\0318\047-04�Specs�Fina1 Specs\'15103 Valves, Plug.dorac SECTION 16000 ELECTRICA� - GENERAL PROVISIONS PART1GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materiais and equipment required to install, 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 16. D. The work shall include furnishing and installing the following: 1. Electrical service from the Power Company. 2. 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. 3. 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. 4. A complete raceway system for the Data Cables and specialty cable 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 cables in separate raceways. 5. Furnish and install precast electrical and instrumentation manholes, handholes and light pole foundations. Pole foundations shall be designed and installed in accordance with the structural Divisions of these Specifications. 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 raceways, power and control wiring related to Mechanical Division equipment that is shown on the Electrical Drawings, shall be provided under Division 16. C. All electrical work provided under any Division of the Specifications shall fully comply with the requirements of Division 16. 1.03 SUBMITTALS A. Submit Shop Drawings, in accordance with Division 1 requirements, for equipment, materials and all other items furnished under each Section of Division 16, except where specifically stated otherwise. An individually packaged submittal shall be made for each Section, and Electrical — General Provisions 16000 -1 shall contain all of the information required by the Section. Partial submittals will not be accepted and will be returned unreviewed. B. Submittals will not be accepted for Section 16000. C. Each Section submittal shall be complete, contain all of the items listed in the Specification Section, and shall be clearly 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 unreviewed. D. The Contractor shall check shop drawings for accuracy and contract requirements prior to submittal to the Owner/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 may be made per transmittal. E. Material 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 "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. 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. 1.04 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 Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. National Fire Protection Association (NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ICEA) 7. Instrument Society of America (ISA) 8. Underwriters Laboratories (UL) 9. Factory Mutual (FM) 10. City of Fort Worth Electrical 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 UL label affixed. D. If the issue of priority is due to a conf�ict 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, Electrical — General Provisions 16000 -2 organization or association, or between Laws and Regulations, the higher performance requirement shall be binding on the Contractor, unless otherwise directed by the Owner/Engineer. 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 SERVICE AND METERING A. The power company serving this project is Oncor Electric. Service shall be obtained at 480 Volts, 3 Phase, 4 Wire, 60 Hz from a pole mounted transformer furnished and installed by Oncor Electric. B. The power company shall be responsible for the following work: 1. Furnishing and installing the primary overhead conductors and pole line. 2. Furnishing and installing the riser pole, primary cutouts, lightning arresters and grounding. 3. Furnishing and installing primary conduits and cables. 4. Furnishing and installing transformer. 5. Furnishing metering current transformers (CT's), meter and meter wiring. 6. Termination of secondary cables to the service transformer. 7. Furnishing meter base and enclosure. C. The Contractor shall be responsible for the following work: ' S �F16Gi 2. Furnishing and installing secondary conduits and cables. 3. Furnishing and installing an empty conduit with pull line from the metering C.T. enclosure to the meter enclosure. Conduit size and type shall be approved by the power company. 4. Coordinate the electrical service installation with the Power Company. D. Submit shop drawings for the following items to the power company for approval: 1. Meter base. 2. Primary cable. 3. Metering instrument and installation. 1.06 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 materials installed in hazardous areas shall be UL listed for the appropriate hazardous area classification. 1.07 CODES, INSPECTION AND FEES -- A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. Electrical — General Provisions 16000 -3 C. The Owner will negotiate with the electric utility for the costs of new or revised services and make payment to the electric utility for such costs, but the Contractor shall be responsible for the coordination with the electric utility during the installation of such services. 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 all 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 integrity of the equipment. 1.09 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project. B. The Record Drawings shall be reviewed in a meeting with the Owner/Engineer on a monthly basis. C. Record Drawings shall accurately show the installed condition of the following items: 1. One-line Diagram(s). 2. Raceways and pullboxes. 3. Conductor sizes and conduit fills. 4. Panel Schedule(s). 5. Control Wiring Diagram(s). 6. Lighting Fixture Schedule(s). 7. Lighting fixture, receptacle and switch outlet locations. 8. Underground raceway and duct bank routing. 9. Plan view, sizes and locations of switchgear, distribution transformers, substations, motor control centers and panelboards. D. 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. 2. Field wiring terminal strip names and numbers. 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 Owner/Engineer. G. The Contractor's retainage shall not be paid until the point-to-point connection diagrams have been furnished to the Owner/Engineer. 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 tables with Record Drawings. Electrical — General Provisions 16000 -4 B. Furnish and install all equipment interconnections. 1.11 MATERIA�S 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. Material and equipment shall 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 successfully completed all submittal - requirements, and present to the Owner/Engineer 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 A. Identify equipment (disconnect switches, separately mounted motor starters, control stations, etc) furnished under Division 16 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. Install each 3 phase circuit in a separate conduit unless otherwise shown on the Drawings. C. Unless otherwise approved by the Owner/Engineer, conduit shown exposed shall be installed exposed; conduit shown concealed shall be installed concealed. D. Where circuits are shown as "home-runs" all necessary fittings and boxes shall be provided for a complete raceway installation. E. Verify the exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. F. Except where dimensions are shown, the locations of equipment, fixtures, outlets and similar devices shown on the Drawings are approximate only. Exact locations shall be determined Electrical — General Provisions 16000 -5 by the Contractor and approved by the Owner/Engineer during construction. Obtain information relevant to the placing of electrical work and in case of any interference with other work, proceed as directed by the Owner/Engineer and furnish all labor and materials necessary to complete the work in an approved manner. G. Circuit layouts are not intended to show the number of fittings, or other installation details. Furnish all labor and materials necessary to install and place in satisfactory operation all power, lighting and other electrical systems shown. H. 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 Owner/Engineer for approval. No additional compensation will be provided for changes in the work, either his/her own or others, caused by such redesign. I. 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. J. 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 (typically 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 shall be in accordance with Division 16. Raceways shall be installed 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. All raceways and power conductors shall be in accordance with Division 16. 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 Structural Drawings. B. No electrical equipment or raceways shall be attached to or supported from, sheet metal walls. 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 Provisions 16000 -6 B. Exact locations are required for stubbing-up and terminating concealed conduit. Obtain shop drawings and templates from equipment vendors or other subcontractors and locate the concealed conduit before the floor slab is poured. C. Where setting drawings are not available in time to avoid delay in scheduled floor slab pours, the Owner/Engineer may allow the installations of such conduit to be exposed. Requests for this deviation must be submitted in writing. No additional compensation for such change will be allowed. D. Seal all openings, sleeves, penetration and slots as specified in Section 16110. 3.04 CUTTING AND PATCHING A. Coordinate with Divisions 02, 03, and 32 for cutting and patching. B. Core drill holes in concrete floors and walls as required. The Contractor shall obtain written permission from the Owner/Engineer before core drilling any holes larger than 2 inches. C. Install work at such time as to require the minimum amount of cutting and patching. D. Do not cut joists, beams, girders, columns or any other structural members. E. Cut opening only large enough to allow easy installation of the 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 area of the patching completely waterproofed. I. Remove rubble and excess patching materials from the premises. J. When existing conduits are cut at the floor line of wall line, they shall be filled with grout of suitable patching material. 3.05 INSTALLATION A. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Owner/Engineer. 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 shall be protected at all times against mechanical injury or damage by water. Electrical equipment shall not be stored outdoors. Electrical equipment shall be stored in dry permanent shelters as required by each Speci�cation 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 shall be thoroughly dried out and tested as directed by the Owner/Engineer, or shall be replaced at no additional cost at the Owner/Engineer's discretion. D. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Owner/Engineer's discretion. E. 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 replaced, at no additional cost to the Owner. Electrical — General Provisions 16000 -7 3.06 PHASE BALANCING A. The Drawings do not attempt to balance the electrical loads across the phases. Circuits on motor control centers and panelboards shail 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 16120. 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, including those settings and arc flash labels required by the Power System Study, shall be made to the equipment and approved by the Owner/Engineer 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 16 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 individual 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 voltage. 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 rotation shall be immediately corrected, or tagged and locked out until rotation is corrected. F. Verify all terminations at transformers, equipment, capacitor 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 breakers, 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. 1. Check the ampere rating of thermal overloads for motors and submit a typed record to the Owner/Engineer of same, including MCC cubicle location and load designation, motor service factor, horsepower, full load current and starting code letter. If inconsistencies are found, new thermal elements shall be supplied and installed. J. Verify motor power factor capacitor ratings. K. Testing shall be scheduled and coordinated with the Owner/Engineer 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 Owner's personnel in the proper operation of the systems. Electrical — General Provisions 16000 -8 3.09 TRAINING A. The Contractor shall provide manufacturer's training as specified in each individual section of the Specifications. END OF SECTION Electrical — General Provisions 16000 -9 SECTION 16045 ELECTRICAL SUPPORT HARDWARE PART 1 GENERAL 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 16 Specifications 1.03 SUBMITTALS A. Submit to the Owner/Engineer, in accordance with Division 01, the manufacturers' names and product designation or catalog numbers for the types of materials specified or shown on the Drawings. B. The submittal information, for anchor systems, shall contain manufacturer's specifications and technical data including; 1. Acceptable base material 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 tables 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 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 Workplace 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 Anchors 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 UL standard, shall bear the appropriate label of Underwriters Laboratories. Electrical Support Hardware 16045-1 1.05 QUALITY ASSURANCE A. The manufacturer of these materials shall have produced similar electrical materials and equipment for a minimum period of five (5) years. When requested by the Owner/Engineer, an acceptable list of 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 Owner/Engineer 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 shall be handled and stored in accordance with manufacturer's instructions. C. 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 D. Metal Framing Systems 1_ Material shall be new and unused, with no signs of damage from handling. 1.07 WARRANTY A. The Manufacturer shall 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 of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the equipment to new operating condition. PART 2 PRODUCTS 2.01 ANCHORING SYSTEMS A. Acceptable 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 entirety. Electrical Support Hardware 16045-2 B. Product Description 'i. Torque controlled 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. Atl parts shall be manufactured of 316 stainless steel conforming to SAE 316 standards. 2.03 STRUT SUPPORT SYSTEMS A. Acceptable Manufacturers 1. Subject to compliance with the Contract Documents, 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 ratings, features and functions. Manufacturers listed above are not relieved from meeting these specifications in their entirety. B. Product Desc�iption 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, Wing-fittings, Post Bases, channel nuts, washers, etc. 5. Field welding of components wi11 not be permitted. 6. Unless otherwise specified or shown on the Drawings, all parts shall be manufactured of 316 stainless steel conforming to SAE 316. Electrical Support Hardware 16045-3 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 strictiy in accordance with the manufacturer's instructions and the Contract Drawings. B. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation 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, grounding and physical damage. 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 CLEANING 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 Electrical Support Hardware 16045-4 SECTION 16105 POWER SYSTEM STUDY PART 1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall provide a Power System Study for the electrical power system, including a Short Circuit Study, Coordination Study, Arc Flash Hazard Study, Motor Starting Voltage Drop Study and additional studies as listed below. A Load Flow Study shall be supplemented with appropriate load factors, by the Study Engineer, in consultation with the Owner/Engineer. B. The electrical power system shall be deemed to include the utility company's transformer, the Owner's entire power distribution system, all new system components, including any on-site standby generation. The short circuit and coordination study reports shall provide an evaluation of the electrical power systems and the model numbers and settings of the protective relays or devices and metering or motor monitoring devices for setting by the Contractor. The Study shall include settings for all motor protective relays and electric system monitoring devices. C. The Contractor shall include the use of his own forces to obtain all pertinent data necessary for the successful completion of the Power System Studies, including information on all new equipment and wiring pertinent to the Study. This shall be interpreted to include all cable and raceway data, data for new motors, data from all new switchgear, motor control centers, panel boards, and separately mounted fuses, starters and circuit breakers. Obtain all new protective device information. The Contractor shall obtain any needed data or information from Contract Documents, various suppliers, the Electric Utility and from conducting his own field investigations. If, in his field investigations, the Contractor encounters conflicts between the Contract Documents and the field conditions, the Contractor shall immediately notify the Owner/Engineer for a resolution to the conflict. Copies of the data obtained, shall be organized and submitted to the Owner/Engineer at the same time of transmittal to the Study Engineer, to show that all the requested data gathering work has been completed. �_ i.__� __� 1 •ii A. The related work, associated with this Section, shall include all Sections of the Specifications, and the Contract Drawings. B. The Contractor shall diligently prosecute the work of providing the information required, to the Study Engineer, particularly that information required from the Contractor's electrical equipment suppliers. 1.03 SUBMITTALS A. The Contractor shall, not later than three (3) weeks after Contract Award, provide a submittal of the name and qualifications of the Study Engineer, for approval. B. The Contractor shall provide two individual submittals: 1. The �rst submittal shall be considered a Preliminary Submittal, in that it shall consist only of the Short Circuit Study results, based upon sound engineering reasonable assumptions, where known values are not available. This submittal shall be used by the Study Engineer to ascertain the short circuit current rating of the related equipment. This submittal shall be made for approved prior to any shop drawing submittal being reviewed for electrical equipment for which the results of this preliminary study are required. 2. The final submittal shall be the Final Submittal as defined in this Section. The Contractor is hereby advised that, no electrical equipment for which the results of the final study a�e Power System Study 16105-1 required, shall be energized until such results have been applied to such electrical equipment, and certified as Settings Complete by the manufacturer's field representative. C. The Contractor shall, upon completion of the studies, submit the studies for approval to the Owner/Engineer. The study submittal shall include all of the input and output data files in electronic format for use directly with the specified study software. The Study shall include an actual size sample of an Arc Flash and Shock Hazard label with typical information shown. The Contractor shall allow not less than three (3) calendar weeks for review of the studies by the Owner/Engineer. The submittal shall not contain unresolved questions, conflicts or selective device coordination conflicts. A submittal containing such questions or conflicts will be returned unreviewed, and shall not be resubmitted until such questions or conflicts have been resolved. D. The completed, sealed, and signed studies, with all known issues resolved, shall be submitted to the Owner/Engineer for approval, not less than thirty (30) days prior to site delivery of any equipment containing protective devices requiring selections and settings for certification by the manufacturer. Final copies shall be in electronic form (Adobe PDF formatted files). SKM data files shall be provided at the same time in electronic format. 1.04 REFERENCE CODES AND STANDARDS A. The specified studies shall be in accordance with the latest versions of the following codes and standards. 1. IEEE Standard 1584 — IEEE Guide for Performing Arc-Flash Hazard Calculations, Including Amendment 1584a-2004. 2. NFPA-70E — 2004 - Standard for Electrical Safety Requirements for Employee W orkplaces. 3. ANSI/NFPA 70 — National Electrical C B.The studies shall be performed using SKM Power Tools Electrical Engineering Analysis Software for Windows. 1.05 QUALITY ASSURANCE A. The studies shall be performed by an Electrical Engineering Services firm, who is regularly engaged in power system studies. The studies shall be performed by a Licensed Professional Electrical Engineer of the firm with proficiency in electrical power systems engineering and shall seal and sign the final completed power system studies. The Study Engineer shall be licensed to practice engineering in the state where the electric equipment is to be installed. B. The studies shall be performed using SKM Power Tools Electrical Engineering Analysis Software for Windows. 1.06 SCHEDULE OF WORK A. The selection of the Study Engineer shall be performed in a timely manner, in accordance with the time specified, and the Study perFormed and submitted as specified above. B. The completed studies, with all known issues resolved, shall be submitted to the Owner/Engineer for approval, as specified above. PART 2 STUDIES 2.01 ELECTRICAL ENGINEERING SERVICES FIRMS A. Subject to compliance with the Contract Documents, the following services firms are acceptable: 1_ Cutler Hammer Engineering Services 2. General Electric Co. Engineering Services Power System Study 16105-2 3. Schneider Electric Engineering Services 4. Allen Bradley Co. Engineering Services 5. Siemens Engineering Services 6. Approved Equal 2.02 SHORT CIRCUIT AND COORDINATION STUDY A. Provide a complete short circuit study. Include three phase, phase-to-ground calculations and X/R ratios. Provide an equipment interrupting or withstand evaluation based on the actual equipment and model numbers provided on this project. Generic devices are not acceptable. Normal system operating method, alternate operation, and operations that could result in maximum fault conditions, shall be thoroughly addressed in the study. Provide single phase to ground and three phase to ground fault information. The study shall assume all motors are operating at rated voltage with the exception that motors, identified as "standby," shall not be included. Electrical equipment bus impedances shall be assumed as zero. Short circuit momentary duties and interrupting duties shall be calculated on the basis of maximum available fault current at the switchgear busses, switchboard busses, motor control centers and panelboards. The study shall be perFormed using actual available short circuit currents as obtained from the Electric Utility. An assumption of infinite bus for the purposes of the study is not acceptable. B. Provide a protective device coordination study. The study shall include all electrical equipment provided under this Contract, including Control Panels containing power and protection equipment lighting panels and power panels. The Study shall include any upstream or downstream equipment that has an impact on the Coordination Study. The study shall show transformer damage curves, cable short circuit-withstand curves and motor curves. The phase ove�current and ground fault protection shall be included, as well as settlings for all other adjustable protective devices. All motor monitoring relays and protective or monitoring devices that are a part of a supplier's equipment, such as soft starters or adjustable frequency drives shall be included. Include the last protective device in the Electric Utilities' system feeding each facility being considered. Include all medium voltage switchgear, distribution switchboards, motor control centers and 480 Volt panelboard main circuit breakers. Complete the short circuit study down to the main breaker or largest feeder on all on all 480 Volt panelboards. Panelboard branch circuit devices need not be consirded. The phase overcurrent and ground-fault protection shall be included, as well as settings for all other adjustable protective devices. All motor monitoring relays and protective or monitoring devices that are a part of a supplier's equipment, such as soft starters or adjustable frequency drives, shall be included. Include the last protective device in the Electric Utilities system feeding each facility being considered. C. Provide an equipment evaluation study to determine the adequacy of the fault bracing of all bus from the panel board level up to the main switchgear or protective device. Include circuit breakers, controllers, surge arresters, busway, switches, and fuses by tabulating and comparing the short circuit ratings of these devices with the available fault currents. D. Selective device coordination is required between protective devices in equipment specified in each Section of the Electrical Specifications, and between each piece of electrical equipment, including existing equipment, supplied for this project. If the Study Engineer, in the course of his work, determines that selective coordination cannot be obtained in or befinreen pieces of new equipment as specified, he shall immediately notify the Contractor, provide his supporting information to the Contractor, who shall transmit the information to the Owner/Engineer for resolution of the problem. Power System Study 16105-3 E. As a minimum, each short circuit study shall include the following: 1. One-Line Diagram: a. Location and function of each protective device in the system, such as relays, direct- acting trips, fuses, etc. b. Type designation, current rating, range or adjustment, manufacturer's style and catalog number for all protective devices. c. Power and voltage ratings, impedance, primary and secondary connections of all transformers. Use the ratings of the actual transformers being provided where available. d. Type, manufacturer, and ratio of all instrument transformers energizing each relay. e. Nameplate ratings of all motors and generators with their sub transient reactance. f. Sources of short circuit currents such as utility ties, generators, synchronous motors, and induction motors. Provide short circuit studies using each source of power separately. The study shall determine if there is sufficient short circuit current to adequately cause interruption of a protective device using the weaker power source (typically local generation), and shall determine if the equipment can safely interrupt the fault if the greater power source is connected. Additional short circuit calculations shall include emergency as well as normal switching conditions as well as normal and emergency power sources described here in. g. All significant circuit elements such as transformers, cables, breakers, fuses, reactors, etc shall be included. h. The time-current setting of existing adjustable relays and direct-acting trips, if applicable. 2. Impedance Diagram: a. Available MVA or impedance from the utility company. b_ Local generated capacity impedance. c. Transformer and/or reactor impedances. d. Cable impedances. e. System voltages. f. Grounding scheme (resistance grounding, solid grounding, or no grounding). 3. Calculations: a. Determine the paths and situations where short circuit currents are the greatest. Assume bolted faults and calculate the 3-phase and line-to-ground short circuits of each case. b. Calculate the maximum and minimum fault currents. F. Provide Time-Current Curves on 8-1/2 X 11 log-log paper. Do not put more than one branch of protective devices on any one coordination curve. Include a one-line diagram and the names of each protective device in the branch on the coordination curve drawing. Provide separate drawings for ground fault coordination curves. Use the names designated in the Contract Documents. Include motor and transformer damage curves, and cable short circuit withstand curves. Power System Study 16105-4 2.03 ARC FLASH HAZARD STUDY A. The Power System Study shall include an Arc Fiash Hazard Study that shall present the level of arc flash hazard for each item of electrical equipment, and the appropriate level of protection required per OSHA standards. B. The analysis shall be performed with the aid of computer software intended for the purpose, in order to calculate Arc-Flash Incident Energy (AFIE) levels and flash protection boundary distances. C. The analysis shall be performed under worst-case Arc-Flash conditions, and the final report shall describe, when applicable, how these conditions differ from worst-case bolted fault conditions. D. The calculations shall be performed in accordance with IEEE 1584-2004 and safe approach requirements determined in accordance with NFPA-70E-2004. E. Results of the Analysis shall be submitted in tabular form, and shall include, device or bus name, bolted fault and arcing fault current levels, flash protection boundary distances, personal-protective equipment and AFIE levels. F. After approval of the Study, The Study Engineer shall provide and affix labels as may be required for each item of electrical equipment furnished on the project. A typical warning sign shall be submitted with the Study for approval, and as shown below. 1. Flash Hazard Protection Boundary. 2. Limited Approach Boundary. 3. Restricted Boundary. 4. Prohibited Boundary. 5. Incident Energy Level. 6. Required Personal Protective Equipment Class. 7. Type of Fire Rated Clothing. G. Size of each label shall be not less than 8 inches wide and 6 inches tall. � � � � �.,.� �`� � Arc Flash ,an�d � Shock Naz$rd _ Flatih HuseA� Bountlary u�lfcm• FM�A Mw:wfd at 1l� Inches _ f"PE ��rK. „�„y,�,� BTesdc Nas.a'd Mw� Cawr 1� �w _ LIrnhW Approaeh _ R�ushFan�tl JYpprosoh - 54u�P•^*f�tNaiA�.'.�..�. _.___ _ '___ _.,... 2.04 MOTOR STARTING VOLTAGE DROP. STUDY A. The motor starting study shall be provided for motors over 100 HP, full voltage started.. Power System Study 16105-5 B. The study shall select the largest motor on a bus and shall assume all other motors on that bus are running. Where a Main-Tie-Main bus configuration is present, the study shall be done with both Main breakers closed and the Tie breaker open, and with one Main open and the Tie breaker closed. C. Where the Utility feeders are feeding the switchgear, the study shall be done for each feeder based on the actual system impedance for each utility feeder. D. A motor starting analysis shall be made where on-site standby generation is available to power the MCC using only the available power from the generator. If the generator has been sized to run only part of the load, then the system shall be modeled with only that part of the load running. PART 3 EXECUTION 3.01 FIELD SERVICES A. Sign Installation Certification 1. When the sign installation is complete, the Contractor and the Owner/Engineer shall jointly inspect the locations and to provide to the Owner/Engineer's satisfaction that signs are installed in all of the recommended locations indicated in the Study. B. Training 1_ The Contractor shall provide the services of the Arc-Flash Training Engineer, for a period of not less than one eight (8) hour working day, to conduct a training program for the Owner's personnel, in the care, application and use of protective personal equipment, described by the warning signs installed on the project. The training program shall be conducted at a location onsite determined by the Owner, and shall include specfic equipment locations as may be required for instruction. Applicable information from the Study shall be provided to the attendees. C. The cost of Field Services shall be included in the Contract Price. D. The Owner reserves the right to videotape the training for the Owner's use. END OF SECTION Power System Study 16105-6 SECTION 16110 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 16000 Electrical — General Provisions B. Section 16045 Electrical Support Hardware C. Section 16120 Wires and Cables (600 Volt Maximum) D. Section 16600 Underground System 1.03 SUBMITTA�S A. Submit to the Owner/Engineer, in accordance with Division 01, the manufacturers' names and product designation or catalog numbers of all materials specified. B. Submit to the Owner/Engineer, 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 spec�cation 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 Workplace 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 Laboratories. 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 Owner/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. All assemblies shall be of the same manufacturer. Raceways, Boxes and Fittings 16110-1 C. The Contractor's installer of materials specified herein, shall have a minimum of five years experience in the installation of each type of material. Proof of experience shall be submitted, upon request of the Owner/Engineer, prior to installation. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prior to jobsite delivery, the Contractor shall have successfully complefed all submittal requirements, and present to the Owner/Engineer 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. 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 or jobsite, exposure will be rejected. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years from date of final 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. PART Z 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 stainless 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. Rigid aluminum conduit shall be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co.; Triangle PWC Inc., TS�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, Triangle PWC Inc. or Ocal. 2. Elbows and couplings shall be PVC coated by the same manufacturer supplying the conduit PVC coating system. Elbows and couplings used with PVC coated conduit shall 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 (�FMC) 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 liquidtight flexible aluminum conduit shall be copper-free aluminum and shall conform to FEDSPEC AA50552, and UL-514B. Raceways, Boxes and Fittings 16110-2 C. Rigid Aluminum Conduit (RMC) 1. Rigid Aluminum conduit shall be extruded from AA 6063 alloy in temper designation T-1 and shal! conform to FED Spec WW-C-540C, ANSI C80.5 and UL 6A. Rigid aluminum conduit and fittings shall be as manufactured by Wheatland Tube Company, Allied, or approved equal. D. 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 TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Rocky Mountain Colby, Carlon, Kraloy, or approved equal. 2. Raceway system shall be Schedule 40 PVC Rigid Nonmetallic Cellure Core Conduit (RNCC), designed for use aboveground and 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 37WC specifications. Minimum raceway size shall be 2 inch. Fittings shall be manufactured to NEMA TC-2, Federal Specification WC1094A and UL 514B_ Conduit shall have a UL. Label. Conduit shall be Rocky Mountain Colby Pipe Co., or approved equal. 2.03 WIREWAYS A. All wireways shall be constructed of NEMA 4X 316 stainless steel, with gasketed hinged covers and stainless steel latches. Wireway shall have two 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 Enclosure Corporation, Cooper B Line, o� 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, or 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 gasket with stainless steel bolts. Boxes shall be rated NEMA 7/4X. All penetrations shall be minimum 3/4 inch, factory drilled and tapped. Enclosures shall be Type EJB 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 the chemicals used. Non-metallic boxes shall have UV inhibitors. Box bodies shall not have 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 hinged, foam-in-place gasketed doors with quarter turn latches. Boxes shall be Comline Series as manufactured by Hoffman Engineering Co. or equal. Raceways, Boxes and Fittings 16110-3 E. Provide NEMA 4X 316 Stainless Steel enclosures for all other locations. Boxes shall be NEMA Type 4X of 316 stainless steel with mounting lugs or brackets made on the box, suitable for wall mounting, or have mounting feet where self-standing. Boxes manufactured with holes intended for mounting will not be acceptable. Boxes 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 manufactured by Hoffman Engineering Co. or equal. F. NEMA 1 or NEMA 1A boxes shall not be used. G. Malleable iron boxes shall not be used. 2.05 DEVICE BOXES A. Device boxes, switch, receptacle, etc., shall be of copper free 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 1areas, 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 sealant for use in the sealing of raceway hubs, entering or terminating 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. Raceways, Boxes and Fittings 16110-4 2.11 EXPANSION-DEFLECTION FITTINGS A. Combination expansion-deflection fittings with 3/4 " axial expansion and contraction movement, 3I4" parallel misalignment movement, and up to 30 degrees of angular movement in any direction. It shall be of copper-free aluminum, with exterior bonding jumper of tinned copper braid and 316 stainless grounding straps, Cooper Crouse-Hinds Model XD as manufactured by the Crouse--Hinds Co., or equal. Nylon 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 grounding straps, Type XJGSA as manufactured by Crouse-Hinds Co., or approved equal, with intemal grounding. Nylon tie wraps are not acceptable.+ 2.13 EXPLOSION-PROOF SEA�S, BREATHERS AND DRAINS 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 Co., or equal. 2.14 KELLUMS 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 tag all underground conduits at all locations exiting and entering from underground, including manholes and handholes. B. The Contractor shall use the tagging formats for conduits as shown on the Drawings. C. Conduit identification plates shall be embossed stainless steel with stainless steel band, permanently secured to the conduit without screws. Nylon tie wraps are not acceptable. D. Identification plates shall be as manufactured by the Panduit 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 components with other trades and existing installations. B. Raceway Systems for the installation of Fiber Optic Cables shall not contain conduit bodies, device boxes, or raceway boxes containing less than twelve (12) 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: Raceways, Boxes and Fittings 16110-5 Racewa S stem Location 1. PVC Coated Aluminum (CRMC) Type All embedded raceway bends, underground duct bank bends of more than 20 degrees, and all raceway stub-ups to a minimum of 6" above finished floor or grade and in Chlorine and Caustic rooms. 2. Liquidtight Flexible Aluminum (LFMC) Type Raceway connection to vibrating equipment, and as shown on the Drawin s in all areas. 3. Rigid Non-metallic, Schedule 40 PVC (RNC) Underground encased in red dyed reinforced T e concrete. 4. Aluminum Rigid Metal (RMC) Type All above grade areas, except for concrete 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 racewayjunction, pull and terminal boxes shall have NEMA ratings for the location in which they are installed, and as specified herein. B. For all raceway boxes, the distance befinreen 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. Drilling 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 P�ice or Construction Schedule. � E. No penetrations shall be made in the top of boxes in wet locations. 3.03 DEVICE BOX APPLICATIONS 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 conduits larger than 2-1/2", junction boxes shall be used. 3.05 CONDUIT HUB APPLICATIONS A. Unless specifically stated herein or described on the Drawings, all raceways shall terminate at an outlet with a conduit hub. Locknut or double locknut terminations 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. Raceways, Boxes and Fittings 16110-6 3.06 INSULATED GROUNDING BUSHING APPLICATIONS A. Insulated grounding bushings shall be used to terminate raceways 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 until 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 one hundred iifty (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 (10) feet, an expansion fitting in combination with an expansion-deflection fitting, as specified, shall be installed on the exposed side of the transition. 3.08 CONDUIT PENETRATION SEALS APPLICATIONS A. Conduit wall seals shall be used where underground conduits penetrate walls or at other locations shown on the Drawings. B. Conduit sealing bushings shall 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 all 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 wall and floor penetrations. B. The Contractor shall tag all 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 strictly 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 shall terminate in a female adapter. A PVC coated aluminum male threaded end, or Raceways, Boxes and Fittings 16110-7 fitted with a PVC coated aluminum male adapter, shall be threaded into the PVC raceway. After tightening 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 install 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 the removal of such conductors from the project site, and completion and inspection of such raceway sections, before new conductors are installed. B. No conduit 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 installed in accordance with Section 16600 Underground System, and be a minimum size of 2"C. D. Where raceways enter or leave the raceway system, 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 after the installation of cables, such that there shall be no entry of water or moisture to the Raceway System at any 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, at no cost to 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 mounted 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 means of beam or channel clamps. W here attached to concrete surFaces, concrete anchors shall be as specified in Section 16045 Electrical Support Hardware. H. No raceways or electrical equipment shall be attached to or supported from, sheet metal walls. I. All conduits on exposed work shall be run at right angles to and parallel with the surrounding wall and shall conform to the form of the ceiling. No diagonal runs will be allowed. Bends in parallel conduit runs shall be concentric. All conduit shall be run perfectly straight and true. J. Conduits terminated into enclosures shall be perpendicular to the walls where flexible liquidtight o� rigid conduits are required. The use of short 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. Raceways, Boxes and Fittings 16110-8 M. Liquidtight flexible aluminum conduit shall be used for the primary and secondary of transformers, generator terminations and other equipment where vibration is present. Use in other locations is not permitted, except for connections to instrumentation transmitters, where multiple penetrations are required. Liquidtight flexible 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 shall 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. N. Where conduits pass through openings in walls or floor slabs, 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 multiple 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 cable 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 Owner/Engineer at the time of installation to provide uniformity of placement and ease of reading. Conduit numbe�s shall be exactly as shown on the Drawings. T. Mandrels shall be pulled through all existing conduits that will be reused and through all new conduits Z-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 for future equipment. V. All conduit that may under any circumstance contain liquids such as water, condensation, liquid chemicals, etc, shall be arranged to drain away from the equipment served. If conduit drainage is not possible, conduit seals shall be used to plug the conduits 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. AA. Conduits terminating at a cable tray shall be supported independently 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. Raceways, Boxes and Fittings 16110-9 AB. Ali changes of direction on PVC coated aluminum conduit greater than 20 degrees shali 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 16110-10 SECTION 16120 WIRES AND CABLES (600 VOLT MAXIMUM) PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish, install and test all wire, cable and appurtenances as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Provide and install all 4-20mA signal circuits, process control wiring, signal wiring to field instruments, RTU and/or PLC input and output wiring and other field wiring and cables. B. Section 16110 Raceways, Boxes and Fittings C. Section 16600 Underground System 1.03 SUBMITTA�S 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 clearly indicated. B. Certified Tests 1. Submit a test report of all installed 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 Electrical Code (NEC) 2. NEMA WC-5 — Thermoplastic-Insulated 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. B. Wire and cable with a manufacture date of greater than 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 pe�iod of five years. When requested by the Owner/Engineer, an acceptable list of Wires and Cables (600 Volt Maximum) 16120•1 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 OwnerlEngineer 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. Check for reels not completely restrained, reels with interlocking 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 could 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 two years from date of final acceptance of the equipment_ Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the installation to new operating condition. PART Z PRODUCTS 2.01 GENERAL A. Wires and cables shall be of annealed, 98% 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, Type XHHW-2, as manufactured by Southwire, General Cable or approved equal. 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 shall 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 CAB�E A. Control wire shall be NEC Type XHHW-2 as manufactured by Southwire or approved equal. Wires and Cables (600 Volt Maximum) 16120-2 B. Multi-conductor control cable, shall be stranded, No.14 AWG 600V, XHHW-2, insulated, PVC outer jacket overall, Type TC, UL rated for underground wet location, as manufactured by Southwire, Okonite, General Cable or approved equai. 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 dFain 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: Multiple pairs, #16 stranded, tinned and finristed 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 2.08 COMMUNICATION CABLES A. Cables for Ethernet and RS485 shall be rated and shall be : 1. Category 5e Above Grade Cable Conductors: 4 pair 24AWG Bare Copper Insulation: Polyolefin Shield: 100 percent aluminum foil polyester tape with drain wire Jacket: PVC with 600 volt rated and manufacturer's identification Misc.: UL21047 and UL16661isted for indoor and dry locations use Manufacturers: Belden 7957A or approved equal 2. Category 5e Below Grade Cable Conductors: 4 pair 24AWG Bare Copper Insulation: Polyolefin Shield: 100 percent aluminum foil polyester tape with drain wire Jacket: L�PE (Linear Low Density Polyethylene) with 300 volt rated and manufacturers identification Misc.: NEMA WC-63.1, listed for outdoor and wet locations use Manufacturers: Belden 7937A or approved equal Wires and Cables (600 Volt Maximum) 16120-3 3_ 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: Belden 9841 or approved equal 2.09 TERMINATION MATERIALS A. Power Conductors: Termination materials, of conductors at equipment, shall be as spec�ed in the relevant equipment Section. B. Control and Instrumentation Conductors (including graphic 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 finro layers minimum of Scotch 33 or equal vinyl tape. D Lugs and Connectors 1. All lugs and connectors shall be copper and shall be crimped type, with standard industry tooling. Lugs and connectors shall match 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 finro-hole lugs with NEMA spacing. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. 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. For wires sizes #8 and smaller, provide color coded wire nuts, with metal inserts, 3M or ldeal, rubber insulated with half lap and finro layers minimum of Scotch 33 tape. For wires greater than #8 AWG, provide a heat shrink insulated, color-coded, die-crimped splice lug, TS�B 54XXX, or equal, rubber insulated, with half lap and finro layers minimum of Scotch 33 tape. B. Control and Instrumentation Conductors (including graphic panel, alarm, low and high level signals): No splicing of control and instrumentation conductors will be permitted. 2.11 WA�� AND FLOOR SLAB OPENING SEALS A. Wall and floor slab openings shall be sealed with "FLAME-SAFE" as manufactured by the Thomas 8� Betts Corp. or equal. 2.12 WIRE AND CABLE TAGS A. The Contractor shall use the tagging formats for wire and cable as specified herein. 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. Wires and Cables (600 Volt Mauimum) 16120-4 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 COLOR CODE A. All wire shall be color coded or coded using electrical 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 W ire 208Y/120, Volts 3-Phase, 4 Wire 480/277, Volts 3-Phase, 4 Wire Wire Phase A Phase B Neutral Phase A Phase B Phase C Neutral Phase A Phase B Phase C Neutral Color Black Blue White Black Red Blue W hite Brown Orange Yellow Gray/White with one or more colored stripes 2.14 CABLE TAG COLOR CODE 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 shall be installed befinreen 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 the removal of such conductors from the project site, and completion and inspection of such raceway sections, before new conductors are installed. B. Installed unapproved wire shall be removed and replaced at no additional cost to the Owner. C. Completely swab raceway system before installing conductors. Do not use cleaning agents and lubricants which have a deleterious effect on the conductors or their insulation. D. Pull all conductors into a raceway at one time, using wire pulling lubricant as needed to protect the wire. E. Except for hand-pulled conductors into raceways, all wire and cable installation shall be installed with tension-monitoring equipment. Where conductors are found to have been installed without tension—monitoring, the conductors and cables shall be immediately removed from the raceways, permanently identified as rejected material, and removed from the jobsite. Wires and Cables (600 Volt Mauimum) 16120-5 New conductors and cables shall be reinstalled, tagged and raceways resealed, ail 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 cable outer jacket and with the raceway 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, handholes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length all conductors entering from each conduit with nylon, self-locking„ releasable, cable ties placed at intervals not exceeding 4 inches on centers. 1_ 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 acceptable. 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 UL 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. 1. 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 conductor will be needed to reach the termination point. 3.03 GROUNDING A. Conduits and other raceways shall contain an equipment grounding conductor whether the 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 rype 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 Owner/Engineer in writing, or as shown on the Drawings. Wires and Cables (600 Volt Maximum) 16120-6 B. Power conductors: Terminations shall be made with connectors as specified. Splices, where specifically allowed as stated above, shall be made in a Termination Cabinet (TC). C. Control Conductors: Splices of control conductors will not be permitted befinreen terminal points. Terminations shall be made with approved terminals as specified. D. Instrumentation Signal Conductors (including graphic panel, 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 jelly 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 installed as single shielded twisted pair cables or single shielded twisted triads. In no case shall a circuit be made up using conductors from different pairs or triads. Triads shall be used 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 highway,cable , discrete I/O, multiple conductor cable, and �ber 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 by the instrument manufacturer and 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 �aceways. 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 conductors and the overall cable shall be tagged. Conductors that are part of a multiconductor cable shall reference the cable identification number that they are a part of, as well as a unique conductor number within the cable. 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. Wires and Cables (600 Volt Maximum) 16120-7 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 Owner/Engineer 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 Owner/Engineer's specific written approval. 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 Owner/Engineer to ensure that instrumentation cable shields are isolated from ground, except at the grounding point. Remove all improper grounds. END OF SECTION Wires and Cables (600 Volt Maximum) 16120-8 SECTION 16140 LIGHT SWITCHES AND RECEPTACLES PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and install wiring devices as shown on the Drawings and as specified herein. B. Provide all interconnecting conduit and branch circuit wiring for receptacle circuits in accordance with the NEC. 1.02 RELATED WORK A. Section 16000 Electrical — General Provisions B. Section 16045 Electrical Support Hardware C. Section 16110 Raceways, Boxes and Fittings D. Section 16120 Wires and Cables (600 Volt Maximum) 1.03 SUBMITTALS A. Shop Drawings 1. Submit catalog data of all switches, receptacles and other specified items under this Section, with all options, application locations and exceptions clearly indicated. 1.04 REFERENCE STANDARDS A. Wiring devices shall comply with the requirements of the National Electrical Code (NEC) and shall be Underwriters Laboratories (UL) labeled. 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 Owner/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. All assemblies shall be of the same manufacturer. 1.06 JOBSITE DELIVERY, STORAGE AND HANDLING A. Prio� to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the Owner/Engineer 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 shall be handled and stored in accordance with manufacturer's instructions. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. Light Switches and Receptacles 16140-1 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years from date of final 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. PART 2 PRODUCTS 2A1 MANUFACTURERS A. Subject to compliance with the Contract Documents, the Manufacturers listed in each product category are acceptable. B. The listing of specific manufacturers does not imply acceptance of their products that do not meet the specified ratings, features and functions. Manufacturers listed are not relieved from meeting these specifications in their entirety. 2.02 RATINGS A. The service voltage, shall be as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the equipment. 2.03 MATERIALS A. Wall switches shall be heavy duty, industrial specification grade, toggle action, flush mounting quiet type. All switches shall conform to the latest revision of Federal Spec�cation WS 896. Wall switches shall be of the following types and manufacturer: Single pole, 20 Amp, 120/277 Volt - Cooper, Catalog No. 2221V, similar to Hubbell, Inc.; Pass � Seymour, Inc. or equal. B. Explosion-proof single pole factory sealed switches shall be for 20 Amps, 120/277 volts, mounted in copper free aluminum boxes and be similar and equal to Crouse-Hinds EDS Series, similar by Appleton Electric Co.; Killark or equal. C. Receptacles shall be heavy duty, corrosion resistant, specification grade of the following types and manufacturer or equal. Receptacles shall conform to Fed Spec WC596. 1. Weatherproof/corrosion resistant single, 20 Amp, 125 Volt, 2 Pole, 3 Wire Grounding Receptacle, as specified above, with diecast aluminum, while-in-use weatherproof cover, Crouse-Hinds Catalog No. WIUMHN, or similar by Thomas 8� Betts or equal. 2. Explosion-proof single, 20 Amp, 125 Volt, 1 Phase, 3 Wire; Appleton Electric, Catalog No. EFSC175-2023 and plug, Appleton Electric Catalog No. ECP-2023, similar to Crouse- Hinds; Hubbell Inc or equal. D. Device Plates 1. Device plates for switches mounted outdoors or indicated as weatherproof shall be gasketed, cast aluminum with provisions for padlocking switches "On" and "Off', Crouse Hinds No. DS185, or equal. 2. Multiple surface mounted devices shall be ganged in a single, common box and provided with an adapter, if necessary, to allow mounting of single gang device plates on multigang cast boxes. 3. Engraved device plates shall be provided where required. Light Switches and Receptacles 16140-2 4. Weatherproof, gasketed cover for GFI receptacle mounted in a FS/FD box shall be Cooper, Catalog No. 4501-FS, similar by Hubbell, Inc.; Pass & Seymour, Inc. or equal. IJ1:��i��/X�I��iC�1.] 3.01 INSTALLATION A. Switches and receptacles shall be installed flush with the finished wall surfaces in areas with stud frame and gypboard construction, in dry areas with cement block construction or when raceways are shown as concealed on the Drawings. B. Do not install flush mounted devices in areas designated DAMP, WET or WET/CORROSIVE on the Drawings. Provide surface mounted devices in these areas. C. Provide weatherproof devices covers in areas designated WET or WET/CORROSIVE on the Drawings. D. Unless otherwise shown on the Drawings, wall switches and other wall mounted controls shall be installed at 4'-6" AFF. E. Convenience receptacles shall be 36-in above the floor unless otherwise shown. F. Convenience receptacles installed outdoors and in rooms where equipment may be hosed down shall be 36-in above floor or grade. Switches shall be ganged together under one cover plate. G. The location of all devices is shown, in general, on the Drawings and may be varied within reasonable limits so as to avoid any piping or other obstruction without extra cost, subject to the approval of the Owner. Coordinate the installation of the devices for piping and equipment clearance. 3.02 FIELD QUALITY CONTROL A. Test wiring devices to ensure electrical continuity of grounding. Energize the circuit to demonstrate compliance with the requirements. END OF SECTION Light Switches and Receptacles 16140-3 SECTION 16196 LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDs) PART 1 GENERAL 1.01 SCOPE OF WORK A. This Section of the Specifications describes the requirements for low voltage AC surge protective devices (SPDs), to be furnished under other Sections of the Specifications as listed in the Related Work paragraph of this Section. B. All equipment described herein shall be submitted, and factory installed, as an integral part of equipment specified elsewhere in these Specifications. 1.02 SUBMITTALS A. Submittals for equipment specified herein shall be made as a part of equipment furnished under other Sections. Individual submittals for equipment specified herein will not be accepted and will be returned unreviewed. B. Submit catalog data for all items supplied from this specification Section as applicable. - Submittal shall include catalog data, functions, �atings, inputs, outputs, displays, etc., sufficient to confirm that the SPD provides every specified requirement. Any options or exceptions shall be clearly indicated, with the reason for such deviations. Acceptance of any deviation will be at the sole discretion of the Owner/Engineer. Shop drawings, not so checked and noted, will be retumed unreviewed. C. The submittals shall include: 1. Dimensional drawing of each SPD type. 2. UL 1449 Third Edition Listing, Standard for Safety, Surge Protective Devices, documentation. Provide verification that the SPD complies with the required ANSI/U� 1449 3rd Edition listing by Underwriters L.aboratories (UL) or other Nationally Recognized Testing Laboratory (NRTL). 3. UL 1283 Listing, Electromagnetic Interference Filters, documentation. 4. ANSI/IEEE C6241 and C6245, Category C3 (20kV-1.2/50, 10kA-8/20�s waveform) clamping voltage test results. D. 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 above. 1.03 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. UL 1449 Third Edition — Surge Protective Devices 2. UL 1283 Electromagnetic Interference Filters Low Voltage AC Surge Protective Devices (SPDs) 16196-1 3. ANSI/IEEE C62.41.2-2002 — IEEE Recommended Practice on Characterization of Surge Voltages in Low Voltage AC Power Circuits 4. ANSI/IEEE C62.45-2002 — IEEE Recommended Practice on Surge Testing for Equipment Connected to Low-Voltage AC Power Circuits. 5. NEC 2008, Article 285 6. NEMA/ISCI —109 Transient Overvoltage Withstand Test 7_ IEEE Std. 472/ANSI C37.90A Surge Withstand Capability Tests 8. IEC 255.4 Surge Withstand Capability Tests B. All SPDs and their installation shall comply with the requirements of the National Electric Code and Underwriters Laboratories (UL) where applicable. C. Each specified device shall also conform to the standards and codes listed in the individual device paragraphs. 1.04 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar electrical equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The manufacturer of the SPD shall be the same as the manufacturer of the service entrance and distribution equipment in which the devices are installed and shipped. The protected electrical equipment, after installation of the SPD, shall be fully tested and certified to the following UL standards: 1. UL 67 - Panelboards. 2. UL 845 - Motor Control Centers. 3. UL 891 - Switchboards. 4. UL 1558 - Low Voltage Switchgear. C. For the equipment specified herein, the manufacturer shall be ISO 9001 or 9002 certified. 1.05 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for ten 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 to return the equipment to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Manufacturer at no expense to the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 1 and Type 2): 1. Cutler Hammer. 2. General Electric Co. 3. Square D 4. Allen Bradley Low Voltage AC Surge Protective Devices (SPDs) 16196-2 5. Siemens 6. Approved Equal B. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable (Type 3): 1. Edco SLAC Series 2. Phoenix Contact 3. Brick Wall Model PWOM20 4. Approved Equal 2.02 SERVICE ENTRANCE AND DISTRIBUTION EQUIPMENT A. General 1. All SPDs shall be internal to the equipment being protected. Externally housed SPDs will not be acceptable. 2. U� 1449 Usage Classifications. a. Type 1— Permanently connected SPDs intended for installation between the secondary of the service transformer and the line side of the senrice equipment overcurrent device, and intended to be installed without an external overcurrent protective device. b. Type 2— Permanently connected SPDs intended for installation on the load side of service equipment overcurrent device; including SPDs located at the branch panel. c. Type 3— Point of utilization SPDs, installed at a minimum conductor length of 10 meters (30 feet) from the electrical service panel to the point of utilization, for example cord connected, direct plug-in, receptacle rype and SPDs installed at the utilization equipment being protected. The distance (10 meters) is exclusive of conductors provided with or used to attach SPDs. 3. Const�uction of Type 1 and Type 2. a. Fully Integrated Component Design: All of the SPD's components and diagnostics shall be contained within one discrete assembly. SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Overcurrent Protection: The unit shall contain thermally protected MOVs. The the�mally protected MOVs shall have a thermal protection element packaged together with the MOV in order to achieve overcurrent protection of the MOV. The thermal protection element shall disconnect the MOV(s) from the system in a fail-safe manner should a condition occur that would cause them to enter a thermal runaway condition. c. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its life. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. d. Balanced Suppression Platform: The surge current shall be equally distributed to all MOV components to ensure equal stressing and maximum performance. The surge suppression platform must provide equal impedance paths to each matched MOV. Designs incorporating replaceable SPD modules are not acceptable. e. Etectrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. Low Voltage AC Surge Protective Devices (SPDs) 16196-3 f. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. g. Power and ground connections shall be prewired within the protected equipment. h. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided. The indicator lights shall indicate which phase as well as which module is fully operable. The status of each SPD module shall be monitored on the front cover of the enclosure as well as on the module. A push-to-test button shall be provided to test each phase indicator. Push-to-test button shall activate a state change of dry contacts for testing purposes. i. Surge Counter: The SPD shall indicate user how many surges have occurred at the location. The surge counter shall trigger each time a surge event with a peak current magnitude of a minimum of 50 ± 20A occurs. A reset pushbutton shall also be standard, allowing the surge counter to be zeroed. The reset button shall contain a mechanism to prevent accidental resetting of the counter via a single, short-duration button press. To prevent accidental resetting, the surge counter reset button shall be depressed for a minimum of 2 seconds in order to clear the surge count total. The ongoing surge count shall be stored in non-volatile memory or UPS backup. j. Remote Monitoring: For remote monitoring, the SPDs shall provide the same discrete and analog signal and control functions as specified for local monitoring and the surge counter, to a terminal strip for outgoing connection to a PLC as shown on the Drawings. The functions shall be converted as specified for interface to the monitored equipment. k. The voltage surge suppression system shall incorporate thermally protected metal- oxide varistors (MOVs) as the core surge suppression component for the service entrance and all other distribution levels. The system shall not utilize silicon avalanche diodes, selenium cells, air gaps, or other comporients that may crowbar the system voltage leading to system upset or create any environmental hazards. I. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Inte►fierence Filters. m. Integrated surge protective devices (SPD) shall be Component Recognized in accordance with UL 1449 Third Edition, Section 37.3_2 and 37.4 at the standard's highest short circuit current rating (SCCR) of 200 kA, including intermediate level of fault current testing. n. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20kV- 1.2/50�s, 10kA-8/20�s). o. SPD shall provide suppression for all modes of protection: L-N, L-G, and N-G in WYE systems (7 Mode). 4. Construction of Type 3. a. Fully Integrated Component Design_ All of the SPD's components and diagnostics shall be contained within one discrete assembly_ SPDs or individual SPD modules that must be ganged together in order to achieve higher surge current ratings or other functionality will not be accepted. b. Maintenance Free Design: The SPD shall be maintenance free and shall not require any user intervention throughout its Iife. SPDs containing items such as replaceable modules, replaceable fuses, or replaceable batteries are not acceptable. SPDs requiring any maintenance of any sort such as periodic tightening of connections are not acceptable. Low Voltage AC Surge Protective Devices (SPDs) 16196-4 c. Electrical Noise Filter: Each unit shall include a high-performance EMI/RFI noise rejection filter. Noise attenuation for electric line noise shall be up to 50 dB from 10 kHz to 100 MHz using the MIL-STD-220A insertion loss test method. d. Internal Connections: No plug-in component modules or printed circuit boards shall be used as surge current conductors. All internal components shall be soldered, hardwired with connections utilizing low impedance conductors. e. Power and ground connections shall be prewired within the protected equipment. f. Local Monitoring: Visible indication of proper SPD connection and operation shall be provided. The indicator light shall indicate that the module is fully operable. The status of each SPD module shall be monitored on the front cover of the module. g. SPD shall be Listed in accordance with UL 1449 Third Edition and UL 1283, Electromagnetic Interference Filters. h. SPD shall be tested with the ANSI/IEEE Category C High exposure waveform (20kV- 1.2/50Ns, 10kA-8/20Ns). B. Applications. 1. Service Entrance Rated Equipment (Type 1). a. This applies to switchgear, switchboards, panelboards, motor control centers, and other devices installed as service entrance equipment where the SPD is to be permanently connected befinreen the secondary of the service transformer and the line side of the service equipment overcurrent device. b. Where a Type 1 SPD is installed on service entrance equipment, it shall not be required to install an additional Type 2 SPD unless specifically shown on the design drawings. c. Service entrance located SPDs shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category C environments. d. The SPD shall be of the same manufacturer as the equipment e. The SPD shall be factory installed inside the equipment, at the assembly point, by the original equipment manufacturer f. Locate the SPD on the load side of the main disconnect device, as close as possible to the phase conductors and the ground/neutral bars. g. The SPD shall be connected through a UL approved disconnecting means. The disconnect shall be located in immediate proximity to the SPD. Connection shall be made via bus, conducto�s, or other connections originating in the SPD and shall be kept as short as possible. h. The SPD shall be integral to the equipment as a factory standardized design. i. All monitoring and diagnostic features shall be visible from the front of the equipment. 2. Distribution Equipment Applications (Type 2). a. This applies to switchgear, switchboa�ds, panelboards, motor control centers, and other non-service entrance equipment where the SPD is to be permanently connected on the load side of the equipment overcurrent device. b. The SPD shall be of the same manufacturer as the equipment. c. The SPD shall be included and mounted within the equipment by the manufacturer. d. The manufacturer shall size and provide the overcurrent and disconnecting means for the SPD. Low Voltage AC Surge Protective Devices (SPDs) 16196-5 e. The SPD units shall be tested and demonstrate suitability for application within ANSI/IEEE C62.41 Category B environments. f. The SPD shall be located within the panelboard, unless otherwise shown on the Drawings. SPDs shall be installed immediatelyfollowing the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs. g. The SPD shall not limit the use of through feed lugs, sub-feed lugs, and sub-feed breaker options. h. All monitoring and diagnostic features shall be visible from the front of the equipment. 3. Individual Control Panel and Related Equipment Protection (Type 3). a. Locate the SPD on the load side of the ground and neutral connections. b. The SPD shall be connected through a disconnect circuit breaker or fuse as shown on the drawings. The disconnect shall be located in immediate proximiry to the SPD. Connection shall be made via bus, conductors, or other connections originating in the SPD and shall be kept as short as possible. c. All monitoring and diagnostic features shall be visible from the front of the equipment_ 4. Mechanical Equipment Manufacturer's Provided Control Panels {MEMs) and Electrical Manufacturer's Provided Control Panels (OEMs) Applications (Type 1, Type 2, and Type 3) a. Where any such panel is installed as service entrance equipment, a Type-1 SPD shall be installed. 1) The same requirements for other service entrance equipment listed above apply to this application except for the requirement that the Type 1 SPD shall not be required to be of the same manufacturer as the panel. b. Where any such panel is installed as non-service entrance equipment, but within 50' of wire length of the incoming power line when that line is overhead. 1) The same requirements for other non-service entrance equipment listed above apply to this application except for the requirement that the Type 2 SPD shall not be required to be of the same manufacturer as the panel. 2) Where a Type 1 SPD is installed, a Type 2 SPD is not required on the same panel unless otherwise specifically shown on the drawings. c. Where any such panel includes a PLC, a Type 3 SPD shall be installed. 1) The same requirements for other individual control panel and related equipment listed above apply to this application. 2) The SPD shall be integral to the MEM or OEM panel, as a factory standardized design. C. Ratings 1. Unit Operating Voltage: Refer to drawings for operating voltage and unit configuration. 2. SPD shall be designed to wifhstand a maximum continuous operating voltage (MCOV) of not less than 115% of nominal RMS voltage. 3. Minimum surge current rating shall be 240 kA per phase (120 kA per mode) for service entrance and 120 kA per phase (60 kA per mode) for distribution applications. 4. UL 1449 clamping voltage must not exceed the following: Voltage Protection Rating (VPR) Low Voltage AC Surge Protective Devices (SPDs) 16196-6 Voltaqe L=N L=G N=G 240/120 1 Z00/800V 800V 800V 208Y/120 800V � 800V 800V 480Y.277 1200V 1200V 1200V 600Y/347 1500V 1500V 1500V 5. Pulse life test: Capable of protecting against and sunriving 5000 ANSI/IEEE Category C High transients without failure or degradation of clamping voltage by more than 10%. 6. Minimum UL 1449 3rd edition withstand Nominal Discharge Current (In) rating to be 20kA per mode 2.03 ACCESSORIES A. Furnish nameplates for each device as indicated on drawings. Color schemes shall be as indicated on Drawings. PART 3 EXECUTION 3.01 INSTALLATION A. All equipment specified herein shall be factory installed, field adjusted, tested and cleaned as an integral part of equipment specified elsewhere in the individual equipment Specification. B. Types 1 and 2 shall be grounded and bonded as a part of the individual equipment as specified in the individual equipment Section. Type 3 shall be grounded and bonded in accordance with the SPD manufacturer's instructions. END OF SECTION �ow Voltage AC Surge Protective Devices (SPDs) 16196-7 SECTION 16200 EMERGENCY STANDBY GENERATOR SET PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install Standby Generator Sets with all appurtenances as shown on the Drawings and specified herein. B. Each generator size as shown on the drawings is a minimum size around which the electrical conductors and circuit breakers have been sized. The Contractor shall provide each engine- generator set that meets all the performance criteria, and shall increase the size of the engine generator, if necessary, to meet the specified criteria. If the generator size increases, the Contractor shall increase the breakers, conductors, and all associated equipment, including the automatic transfer switch, to accommodate the larger generator size. All sizing of associated equipment shall be in accordance with the NEC. C. The Contractor shall provide fuel for startup and testing. At the completion of startup and testing, the Contractor shall fill the respective generator tank. 1.02 RELATED WORK A. Section 16000 Electrical — General Provisions B. Section 03 30 00 Cast in Place Concrete C. Section 16105 Power System Study D. Section 16196 Low Voltage Surge Protective Devices (SPDs) E. Section 16475 Low Voltage Enclosed Circuit Breakers and Disconnect Switches 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 01, Section 16000, and as specified herein. B. Provide systems engineering with coordination curves, to demonstrate coordination between proposed breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C. 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 above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed_ D. The original equipment manufacturer shall create all equipment shop drawings, i�cluding 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. E. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Equipment outline drawings showing elevation and plan views, dimensions, weight, anchor details, and required operating clearances. 2. Conduit ent�ance drawings. Emergency Standby Generator Set 16200-1 3. Product data sheets and catalog numbers for the engine, AC generator, battery charger, generator set controi system, electronic governor system, control stations, meters, relays, pilot lights, circuit breaker, etc. List all options and accessories furnished specifically for this project. Clearly mark each sheet to indicate which items apply and/or those items that do not apply. 4. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 5. Provide plan and elevation drawings of each Generator Set, with dimensions, exterior and interior views, showing component layouts, controls, terminal blocks, etc. 6. Schematic diagram 7. Nameplate schedule 8. U� Listing of the completed assembly. 9. Component list with detailed component information, including original manufacturer's part number. ' 10. Conduit entry/exit locations 11. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 12. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 13. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes. 14_ Service and feeder lugs and connectors. 15. Instruction and renewal parts books. F. Factory Tests. Submittals shall be made for factory tests specified herein. G. Field Test Reports. Submittals shall be made for field tests specified herein. H. 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 above_ e. Operating instructions, including periodic generator set operational testing. f. Automatic and manual startup and shutdown sequences. Emergency Standby Generator Set 16200-2 I. The manufacturer shall submit for approval, a training agenda for ail 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. NFPA 110 for Level 1 Systems. 5. OSHA for rotating parts. 6. NEMA MG1 temperature limits. 7. UL508A 8. CSA282-M1989 9. IEC 8528 part 4 10. Mi) — Std 461 C part 9 11. I EC Std 801.2, 801.3, 801.5 12. IEEE587 13. ASTM D2794-93 14. ASTM D2247-92 15. UL 142 — Standard for steel Aboveground Fuel Tanks 16. City of Fort Worth Fire Code B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters 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. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. F. Equipment submitted shall fit within the space shown on the Drawings_ Equipment which does not fit within the space is not acceptable. Emergency Standby Generator Set 16200-3 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 Owner/Engineer 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. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. C. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Repaint damaged painted surfaces to the satisfaction of the Owner/Engineer. D. Equipment shall be immediately installed in its permanent finished location shown on the Drawings, upon delivery to the jobsite. If the equipment cannot be immediately installed, the equipment shall 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. E. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. F. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent Iocation, until equipment is placed in service. 1.07 WARRANTY A. The Manufacturer of the alternator shall assume Manufacturer's responsibility for the Generator Set in its entirety, and warrant the equipment to be free from defects in material and workmanship for three years from date of final 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 shall be performed by the Manufacturer at no expense to the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Cummins 2. Kohler 3. Caterpillar B. The listing of specific manufactu�ers 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 entirery. 2.02 RATINGS A. The service voltage, shall be as shown on the Drawings. B. Power Standby, minimum size as shown on the Drawings, at 0.8 PF, based on site elevation of 3300 feet and ambient temperatures up to 50 degrees C. C. For additional ratings and construction notes, refer to the Drawings. Emergency Standby Generator Set 16200-4 2.03 PERFORMANCE A. Voltage Regulation: Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. B. Frequency Regulation: Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.5%. The AC voltage waveform shall have not more than 5% total harmonic distortion at full linear load and with not more than 3°/a in any single harmonic. Telephone influence factor shall be less than 50. C. Load Pick Up: The engine generator set shall be capable of picking up the loads indicated on each step, in order, with starting and running voltage dips not exceeding 25% and frequency variation not more than +/- 5%. Contractor shall submit calculations showing that the generator sizing is correct for the voltage and frequency variations specified. If the minimum specified generator size is unable to start the loads in the sequence speci�ed, the manufacturer shall increase the size of the generator set until the loads start in the load sequence specified with the specified voltage and frequency limits specified. D. The voltage dip recovery to normal shall not exceed two seconds. E. The engine generator set shall be capable of operating up to thirty (30) minutes monthly at no load, for up to 12 months, without damage to the unit. Step No Step KVA Name of Equipment 1 All miscellaneous loads. 15kVA 2 One 50 HP pump 2.04 ENGINE A. Each engine shall be diesel, 4-stroke, water-cooled, with a minimum of 4 cylinders. The horsepower rating of the engine at its minimum tolerance level shall be su�cient to drive the altemator and all connected accessories. Two stroke engines are not acceptable. Engine accessories and featu�es shall include: Governor System: An electronic governor system shall provide automatic isochronous frequency regulation. 2. Radiator and Cooling System: Skid mounted radiator and cooling system rated for full load operation in 122 degrees F(50 degrees C) ambient as measured at the generator air inlet. Radiator shall be provided with a duct adapter flange. The equipment supplier shall fill the cooling system with 50/50-ethylene glycol/water mixture. Rotating parts shall be guarded against accidental contact per OSHA requirements. 3. Electric System: An electric starter capable of three complete cranking cycles without overheating. 4. Lubrication Oil Pump: Positive displacement, mechanical, full pressure, lubrication oil pump. Emergency Standby Generator Set 16200-5 5. Oil Filters: Full flow lubrication oil filters with replaceable spin on canister elements and dipstick oil level indicator. 6. Air cleaner: Replaceable dry element air cleaner with restriction indicator. 7. Fuel Lines: Flexible fuel lines. 8. Battery Charging Alternator: Engine mounted battery charging alternator, 45-ampere minimum, and solid state voltage regulator. 9. Only finro 20 amp circuits at 120V shall be provided by the Owner for the battery charger and block heater respectively. 2.05 AC GENERATOR A. General: Each AC generator shall be; synchronous, four pole, revolving field, drip-proof construction, single pre-lubricated sealed bearing, air cooled by a direct drive centrifugal blower fan, and directly connected to the engine with flexible drive disc. All insulation system components shall meet NEMA MG1 temperature limits for Class H insulation system. Actual temperature rise measured by resistance method at full load shall not exceed 125 degrees Centigrade over a 50° Centigrade ambient. B. Power: Each generator shall be capable of delivering rated output (kVA) at rated frequency and power factor, at any voltage not more than 5% above or below rated voltage. C. Excitation: A permanent magnet generator (PMG) shall be included to provide a reliable source of excitation power for optimum motor starting and short circuit perFormance. The PMG and controls shall be capable of sustaining and regulating current supplied to a single phase or three phase fault at approximately 300% of rated current for not more than 10 seconds. D. Provide a generator main circuit breaker sized at 125% full lead amps with adjustable trip. 2.06 CONTROL A. General: The generator set shall be provided with a microprocessor-based control system 24V, DC that is designed to provide automatic starting, monitoring, and control functions for the generator set_ The control system shall also be designed to allow local monitoring and control of the generator set, and remote monitoring and control as described in this specification. B. Mounting: The control shall be mounted on the generator set. The control shall be vibration isolated and prototype tested to verify the durability of all components in the system under the vibration conditions encountered. C. Standards: The control shall be UL508 listed, CSA282 M1989 ce�tified, and meet IEC8528 part 4. All switches lamps and meters shall be oil tight and dust tight, and the enclosure door shall be gasketed. There shall be no exposed points in the control (with the door open) that operate in excess of 50 volts. The controls shall meet or exceed the requirements of Mil Std 461 C part 9, and IEC Std 801.2, 801.3, and 801.5 for susceptibility, conducted, and radiated electromagnetic emissions. The entire control shall be tested and meet the requirements of IEEE587 for voltage surge resistance. D. Features: 1. Mode Select Switch: The AUTO-RUN-OFF Mode Selector Switch shall initiate the following control modes. When in the OFF position, the generator set is disabled, and cannot be started locally or from remote commands. If the generator set is running in the RUN or AUTO positions, turning the the selector switch to OFF will cause the generator set to go into the cool down mode, and stop after cool down. When the selector switch is Emergency Standby Generator Set 16200-6 in the Run position, the generator set shall start, and remain running until tumed to OFF. If the selector switch is placed in AUTO, the generator set shall start upon a dry contact request from a Remote ATS device, and remain running until the selector switch is placed in the OFF position, causing a normal cool down and shutoff. 2. Emergency Stop Switch: Switch shall be Red "mushroom head," push to operate, pull to reset. A protective cover shall be provided to prevent accidental operation. Depressing the emergency stop switch shall cause the generator set to immediately shut down, and be locked out until reset, 3. Reset Switch: The RESET switch shall be used to clear a fault and allow restarting the generator set after it has shut down for any fault condition. 4. Panel Lamp Switch: Depressing the panel lamp switch shall cause the entire panel to be lighted with DC control power. The panel lamps shall automatically be switched off 10 minutes after the switch is depressed, or after the switch is depressed a second time. 5. Digital Metering Set: Digital metering set, 0.5% accuracy, to indicate generator RMS voltage and current, frequency, output cur�ent, output kW, kW hours, and power factor. Generator output voltage shall be available in line to line and line to neutral voltages, and shall display all three-phase voltages (line to neutral or line to line) simultaneously. Provide elapsed time meter. 6. Generator Set Alarm Display: The generator set shall be provided with alarm and status indicating lamps to indicate non automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high intensiry LED type. The lamp condition shall be clearly apparent under bright room lighting conditions. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: a. Low oil pressure (alarm) b. Low oil pressure (shutdown) c. Oil pressure sender failure (alarm) d. Low coolant temperature (alarm) e. High coolant temperature (alarm) f. High coolant temperature (shutdown} g. Engine temperature sender failure (alarm) h, Low coolant level (alarm or shutdown selectable) i. Fail to crank (shutdown) j. Over crank (shutdown) k. Over speed (shutdown) I. Low DC voltage (alarm) m. High DC voltage (alarm) n. Weak battery (alarm) o. Low fuel day tank (alarm) p. High AC voltage (shutdown) q. �ow AC voltage (shutdown) r. Under frequency (shutdown) Emergency Standby Generator Set 16200-7 s Over current (warning) t. Over current (shutdown) u. Short circuit (shutdown) v. Over load (alarm) w. Emergency stop (shutdown) x. Fuei leak (alarm) 7. Special Alarm or Shutdown Conditions: Provisions shall be made for indication of finro additional alarm or shutdown conditions. Labeling of the alarm or shutdown conditions shall be of the same type and quality as the above-specified conditions 8. Engine Status Monitoring: The following information shall be available from a digital status panel on the generator set control: a. Engine oil pressure (psi. or kPA.) b. Engine coolant temperature (degrees F or C) c. Engine oil temperature (degrees F or C) d. Engine speed (rpm) e. Number of hours of operation (hours) f. Number of start attempts g. Battery voltage (DC volts) 9. Electromechanical Hourmeter 10. The control system shall also incorporate a data logging and display provision to allow logging of the last 10 warning or shutdown indications on the generator set, as well as total time of operation at various loads, as a percent of the standby rating of the generator set. 11. A set of Form C dry type contacts shall be provided for each genset remote conditions specified herein. 2.07 CONTROL FUNCTIONS A. Cycle Cranking System: The control system provided shall include a cycle cranking system, which allows for user selected crank time, rest time, and # of cycles. Initial settings shall be for 3 cranking periods of 15 seconds each, with 15-second rest period between cranking periods. B. Idle Mode Control: The control system shall include an idle mode control, which allows the engine to run in idle mode in the RUN position only. In this mode, the alternator excitation system shall be disabled. C. Engine Governor Control: The control system shall include an engine governor control, which functions to provide steady state frequency regulation as noted elsewhere in this specification. The governor control shall include adjustments for gain, damping, and a ramping function to control engine speed and limit exhaust smoke while the unit is starting. The governor control shall be suitable for use in paralleling applications without component changes. D. Time Delay Start: The control system shall include time delay start (adjustable 0 300 seconds) and time delay stop (adjustable 0 600 seconds) functions. Emergency Standby Generato� Set 16200-8 E. Sender Failure Monitoring: The control system shall include sender failure monitoring logic for speed sensing, oil pressure, and engine temperature which is capable of discriminating between failed sender or wiring components, and an actual failure conditions. 2.08 A�TERNATOR CONTROL FUNCTIONS A. Alternator Control Functions B. Digital voltage Regulation: The generator set shall include an automatic digital voltage regulation system that is matched and prototype tested with the governing system provided. It shall be immune from misoperation due to load induced voltage waveform distortion and provide a pulse width modulated output to the alternator exciter. The voltage regulation system shall be equipped with three phase RMS sensing and shall control buildup of AC generator voltage to provide a linear rise and limit overshoot. The system shall include a torque matching characteristic, which shall reduce output voltage in proportion to frequency below a threshold of 59 HZ. The voltage regulator shall include adjustments for gain, damping, and frequency roll off. Adjustments shall be broad range, and made via digital raise-lower switches, with an alpha-numeric LED readout to indicate setting level. C. Output Current: Controls shall be provided to monitor the output current of the generator set and initiate an alarm when load current exceeds 110% of the rated current of the generator _ set on any phase for more than 60 seconds. The controls shall shut down and lock out the gene�ator set when output current level approaches the thermal damage point of the alternator. D. Output Power: Controls shall be provided to monitor the kW load on the generator set, and initiate an alarm condition when total load on the generator set exceeds the generator set rating for in excess of 5 seconds. Controls shall include a load-shed control, to operate a set of dry contacts (for use in shedding customer load devices) when the generator set is overloaded. E. Over/under Voltage Monitor: An AC over/under voltage monitoring system that responds only to true RMS voltage conditions shall be provided. The system shall initiate shutdown of the generator set when alternator output voltage exceeds 110% of the operator-set voltage level for more than 10 seconds, or with no intentional delay when voltage exceeds 130%. Under voltage shutdown shall occur when the output voltage of the alternator is less than 85% for - more than 10 seconds. F. Battery Monitoring System: A battery monitoring system shall be provided which initiates alarms when the DC control and starting voltage is less than 25VDC or more than 32 VDC. During engine starting, the low voltage limit shall be disabled, and if DC voltage drops to less than 24 volts for more than two seconds a"weak battery" alarm shall be initiated. 2.09 REMOTE MONITORING AND CONTROL INTERFACE A. General: All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate connection box. No field connections shall be made directly to the equipment control devices. B. Discrete control or status functions shall be form C relays with contacts rated at 120 volts AC. Analog signals shall be isolated from each other. C. Equipment functions and alarms, to be directly interfaced to the Plant 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 the Owner/Engineer will provide the proper Internet Protocol Address (IP Address), to be configured by the equipment manufacturer. Emergency Standby Generator Set 16200-9 E. Communication 1. For remote monitoring, one of the following communication capabilities shall be provided: a. One integral 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. b. One media protocol converter, interFacing the provided equipment to a 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and 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 shall exist and be readable to allow simple, predictable "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 protocol shall suppo�t 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.. 2.10 BASE A. The engine generator set shall be mounted on a heavy-duty steel base to maintain alignment between components. The base shall incorporate a battery tray with hold-down clamps within the rails. 2.11 AUXILIARY EQUIPMENT AND ACCESSORIES A. Coolant Heater: Engine mounted, thermostatically controlled, coolant heater(s) for each engine, with power from the Panelboard. The coolant heater shall be installed on the engine with silicone hose connections. Steel tubing shall be used for connections into the engine coolant system wherever the length of pipe run exceeds 12 inches. The coolant heater installation shall be specifically designed to provide proper venting of the system. The coolant heaters shall be installed using quick disconnect couplers to isolate the heater for replacement of the heater element_ The quick disconnect/automatic sealing couplers shall allow the heater element to be replaced without draining the engine cooling system or significant coolant loss. The coolant heater shall be provided with a thermostat, installed at the engine thermostat housing. An AC power connection box shall be provided for a single AC power connection to the coolant heater system from the Panelboard. The coolant heater(s) shall be sized as recommended by the engine manufacturer to warm the engine to a minimum of 100F (40C) in a 40°F ambient, in compliance with NFPA110 requirements. B. Furnish and install lube oil heaters. Power to the heater shall be from the Panelboard. C. Vibration Isolators: Vibration isolators, spring/pad type, and quantity as recommended by the generator set manufacturer. Emergency Standby Generator Set 16200-10 D. Starting and Control Batteries: Starting battery bank, calcium/lead antimony type, 24 volt DC, sized as recommended by the generator set manufacturer, shall be supplied for each generator set with battery cables and connectors E. Exhaust Silencer: Exhaust muffler(s) shall be provided for each engine, size and type as recommended by the generator set manufacturer. The mufflers shall be critical grade. Exhaust system shall be installed according to the generator set manufacturers - recommendations and applicable codes and standards. 2.12 BATTERY CHARGER A. UL listed/CSA certified 10-amp voltage regulated battery charger shall be provided in the engine generator set enclosure. Input AC voltage and DC output voltage shall be as required. Chargers shall be equipped with float, taper and equalize charge settings. Operational monitors shall provide visual output along with individual form C contacts rated at 4 amps, 120 VAC from the Panelboard, 30VDC for remote indication of: 1. Loss of AC powe� red light 2. Low battery voltage red light 3. High battery voltage red light 4. Analog DC voltmeter and ammeter, 12 hour equalize charge timer, AC and DC fuses shall also be provided on the charger. 2.13 OUTDOOR WEATHER-PROTECTIVE HOUSING A. Generator set housing shall be provided factory assembled to generator set base and radiator cowling, and shall be of the sound-attenuated type. Housing shall provide ample airflow for generator set operation at rated load in the ambient conditions previously specified. The housing shall have hinged side access doors and rear control door. All doors shall be lockable. All sheet metal shall be primed for corrosion protection and finish painted with the manufacturer's standard color using a two step electro-coating paint process, or equal meeting the performance requirements speci�ed below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating, which meets the following requirements: 1. Primer thickness: 0.5-2.0 mils. Top coat thickness, 0.8-1.2 mils. 2. Gloss, per ASTM D523-89, 80% plus or minus 5%. Gloss retention after one year shall exceed 50%. 3. Crosshatch adhesion, per ASTM D3359-93, 4B-5B. 4. Impact resistance, per ASTM D2794-93, 120-160 inch-pounds. 5. Salt Spray: per ASTM B117-90, 1000+ hours. 6. Humidity: per ASTM D2247-92, 1000+ hours. 7. Water Soak: per ASTM D2247-92, 1000+ hours. 8. Painting of hoses, hose clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal installation or service work. B. Sound Attenuation 1. Housing shall be sound attenuating type, producing a noise level not greater than 75 dBa at 7 meters. Emergency Standby Generator Set 16200-11 2.14 FUEL STORAGE TANK A_ Provide a dual-wall sub base fuel storage tank. The tank shall be sized to provide 24 hours usable capacity at 100% load. The tank shall be constructed of corrosion resistant steel and shall be UL listed. The equipment, as installed, shall meet all local and regional requirements for above ground tanks. Provide the fuel tank with a continuous level transmitter, a leak detector, overfill preventer and other features as required by City of Fort Worth Fire Code. The fuel tank shall be constructed to place the fill spout on the generator end so to facilitate access from the generator enclosure entry door. Assume in the tank calculation that the bottom 5% of the fuel in the tank is unusable. 2.15 VIBRATION ISOLATOR A. Furnish and install spring type vibration-isolators between the sub-base tank and the generator set. A minimum of six isolators shall be used, properly sized for the generator set supplied. 2.16 SERVICE AND FEEDER LUGS AND CONNECTORS A. All service and feeder lugs and connectors shall be copper and shall be crimped type, with standard industry tooling. Lugs and connectors shall match 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° C. Lugs larger than 4/0 AWG shall be two-hole lugs with NEMA spacing. The lugs shall be of closed end construction to exclude moisture migration into the cable conductor. 2.17 CIRCUIT BREAKERS A. Furnish and install a generator mounted molded case circuit breaker of the rating and size as indicated in this specification elsewhere. The circuit breaker shall meet the specification in Section 16475 Low Voltage Enclosed Circuit Breakers and Disconnect Switches. The circuit breaker shall be with adjustable trip. 2.18 SPARE PARTS A_ Provide the following spare parts in the quantities specified: 1. 2 air cleaner elements of each type. 2. 2 Fuses of each type. 3. 1 Radiator hoses of each type. 4. 2 Fuel filters of each type. 5. 2 Oil filters of each type. 6. 1 Belts of each type. 2.19 FACTORY TESTING A. The standby generator 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 shall conform with the latest applicable requirements of ANS1, IEEE, UL, and NEMA standards. Emergency Standby Generator Set 16200-12 PART 3 EXECUTION 3.01 MANUFACTURER'S REPRESENTATIVE A. Provide the services of a qualified factory-trained manufacturer'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 standby generator. The manufacturer's field engineer shall provide technical direction and assistance to the Contractor in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained therein. 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Concrete pads shall b� installed as shown on the Structural Drawings. C Check concrete pads and baseplates for uniformity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are in conformance with the manufacturer's recommendations. 3.03 INSTALLATION A. Applicable IFC and IFC Standards as amended by the City of Fort Worth require specific items to be provided for plan review. The Contractor is obligated to provide all relevant information for review by the City of Fort Worth Fire Marshall. Contractor shall coordinate all required reviews and site inspections with the City of Fort Worth Fire Marshal. This includes, but is not limited to the following: 1. Tanks and piping shall not be filled with flammable or combustible liquids until after final inspection and approval by the Fire Department. 2. Tank shall be tightness tested as per NFPA 30 requirements in the presence of the Fire Inspector (air test befinreen 3— 5 psi for not less than one hour or as per manufacturer requirements). Preparations should be made to fill the tanks as designed for verification of the ove�ll prevention to be witnessed by the Fire Inspector. 3. Confirmation that CFH rating of emergency vents meets or exceeds that required on the UL. label on the tank for both primary and secondary (interstitial). 4. Verification that leak detection system is operational and functioning properly, as required for interstitial space. B. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. C. Install the generator set with sub — base fuel tank on the concrete pad as shown on the drawings. Install the vibro-isolators between the sub — base fuel tank and the generator set. Installation shall be in accordance with the manufacturer's recommendations. D. Install required safety labels. 3.04 FIE�D QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. Emergency Standby Generator Set 16200-13 3.05 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. 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 as required in Section 16105 Power System Study. All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3.06 EQUIPMENT START-UP A. Operate unit to demonstrate ability to operate continuously without vibration, jamming, leakage or overheating and to perform specified functions, after installation and after manufacturer's Engineer's check of installed equipment. B. Comply with manufacturer's operating and maintenance instructions during start up and operation. C. Promptly correct improper installation of equipment. D. Cooperate with supplier of equipment at time of start up and in making of all final adjustments necessary to place equipment in satisfactory working order. Start up shall not commence without the presence of the manufacturer's Engineer. 3.07 FIE�D TEST A Upon completion of the installation and as soon as conditions permit, the emergency power supply system including the engine driven generator, electrical circuits, controls, transfer switch and other devices shall be tested in the presence of the Owner/Engineer by the Contractor and the service representative for the manufacturer of the engine driven generator unit to assure that the system functions as specified. B. Prior to scheduling the test, notify the Owner/Engineer in writing that all requirements and provisions of the Contract Documents have been fulfilled, that all apparatus shall be clean, properly adjusted and ready for operation and that the Instruction Manuals, parts lists and record drawings have been submitted. C. The manufacturers' Engineer shall make such changes in wiring or connections and such adjustments, repairs or replacements necessary to make the circuit, device or control system function as specified and otherwise comply with the Contract Documents. D. As part of the field test, the automatic shutdown devices shall be tested and the respective values recorded at which the devices will stop the engine. Any adjustments required shall be made in the devices to make the operating values correspond to those recommended by the engine manufacturer and as recorded during the stop test. E. After a two hour test has been completed, additional testing shall be performed to demonstrate the emergency power supply system's ability to meet the automatic starting, load transfer and motor sta�ting requirements. F. If the emergency power supply system fails to fulfill the perFormance requirements of this specification, corrective action shall be taken and the system retested to assure full compliance. All expenses associated with the field tests, including any corrective action, shall be borne to the Contractor. Emergency Standby Generator Set 16200-14 3.08 CLEANING A. Remove all rubbish and debris from inside and around the motor controllers. 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 personally inspect the equipment at the jobsite and shall certify in writing that the equipment has been installed, adjusted, and tested, in accordance with the manufacturer's recommendations, including all settings designated in the Power System Study. B. The Contractor shall provide three (3) 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 Standby Generator Sets furnished under this Section. B. The training for each type of equipment shall be for a period of not less than one (1) 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 shall include instructions on the assembly, circuit breaker, engine, alternator, protective devices, metering, and other major components. F. The Owner reserves the right to videotape the training session for the Owner's use. END OF SECTION Emergency Standby Generator Set 16200-15 SECTION 16260 UNINTERRUPTIBLE POWER SUPPLY SYSTEM (UPS) PART 1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install continuous-duty three-phase, solid-state, uninterruptible power supply (UPS). The UPS shall provide high-quality AC power for sensitive electronic equipment loads, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. 1.02 RELATED WORK A. Section 16000 Electrical — General Provisions B. Section 16105 Power System Study C. Section 16475 Low Voltage Enclosed Circuit Breake�s and Disconnect Switches D. Section 16470 Panelboards E. Inst�umentation Sections 1.03 SUBMITTA�S A. Submittals shall be made in accordance with the requirements of Division 01, Section 16000 and as specified herein. B. Provide systems engineering with coordination curves, to demonstrate coordination between proposed breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C. Submittals shall also contain information on related equipment to be fumished under this Specification but described in the related sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be retumed unreviewed. D. The original equipment manufacturer (OEM) 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 OEM's archive file system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. E. Shop Drawings and Product Data. The following information shall be submitted to the Engineer: 1. Master drawing index 2. Front view elevation 3. Floor plan 4. Top view 5. Single line 6. Schematic diagram 7. Nameplate schedule Static Uninterruptible Power Supply (UPS) 16260-1 8. UL �isting of the completed assembly. 9. Component list with detailed component information, including original manufacturer's part number. 10. Conduit entry/exit locations 11. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 12. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 13. Descriptive bulletins 14. Product data sheets. 15. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes. F. Factory Tests. Submittals shall be made for factory tests specified herein. G. Field Test Reports. Submittals shall be made for field tests specified herein. H. 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. e. Field Test Reports I. The manufacturer shall submit for approval, 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. The UPSS assembly and all components 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 Workplace 3. ASME 4. CSA 22.2, No. 107.1 5 FCC Part 15, Class A 6. IEC 1000-4-5 Static Uninterruptible Power Supply (UPS) 16260-2 7. ISO 9001 8. NEMA PE-1 9. OSHA 10. UL Standard 1778 11. NEMA ICS 6— Industrial Control and Systems Enciosures B. All equipment components and completed assemblies specified in this section of the Specifications shall bear the appropriate label of Underwriters 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. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. F. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 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 Owner/Engineer 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 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 Owner. C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. D. Equipment shall 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_ E. Equipment shall not be stored onsite without written approval of the Owner/Engineer. 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, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. Static Uninterruptible Power Supply (UPS) 16260-3 F. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during jobsite storage, and after equipment is installed in permanent location, until equipment is placed in service. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for one year from date of final acceptance of the UPSS. Within such period of warranty the Manufacturer shall promptly furnish all material and labor necessary to return the UPSS to new operating condition. Any warranty work requiring shipping or transporting of the equipment shall be performed by the Contractor at no expense to the Owner. B. There shall be 365/24 support available via a toll free phone number, with 20 minute response on all issues. PART 2 PRODUCTS 2.01 MANUFACTURERS A_ Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1_ Eaton Powerware Model Ferrups 2. American Power Conversion Smart — UPS 3. 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. 2.02 GENERAL A. The UPS described in this specification shall be designed for operation on the voltage systems as shown on the Drawings. B. Rating shall be as shown on the Drawings C. Enclosure shall be NEMA 1, unless otherwise shown on the Drawings, or specified elsewhere. 2.03 TECHNICAL SPECIFICATIONS A. The UPS shall sustain operation of the indicated equipment and shall provide power for an orderly shutdown to prevent the loss of the System during power failure. The UPS shall provide isolation between the System and the plant power system. A single UPS unit shall be provided by the electrical contractor to provide power to each control panel. The power feed to each control panel shall be fed from this source. B. The UPS shall consist of a microprocessor controlled inverter, precision 3 step battery charger, batteries to store emergency power, a detachable keypad, and electronic digital meter, and an integrally mounted manual isolated break before make bypass switch. C_ Under normal operating conditions, the critical load shall be powered by a normal AC line supply that has been filtered through the transformer. When AC line power is present, the inverter shall be off and the battery charger shall be off, if the batteries are fully charged. When AC line power fails, or goes out of tolerance, the inverter shall supply AC power to the Static Uninterruptible Power Supply (UPS) 16260-4 transformer from the batteries. There shall be no measurable break in the output of the system during transfer from normal AC line supply to the inverter battery supply or back to line. 1. The UPS system shall be sized to sustain 1.5 times the connected full load for a minimum period of 30 minutes in an operating environment of 32 deg F to 104 deg F. Exact sizing is the responsibility of the supplier. 2. The UPS system shall be lightning and surge tested per ANSI/IEEE C62.41 and shall be capable of reducing an input spike to less than 3 volts on the output for a 2000-to-1-spike attenuation. The UPS system shall have 120-dB common mode and 60 dB transverse mode noise attenuation. 3. The UPS system shall provide a true separately derived power source as defined in the NEC article 250-5d with output neutral bonded to ground. There shall be no direct connection befinreen input and output and less than 2 pf of effective input to output capacitance. 4. The UPS system output shall be regulated to 120 VAC + 3 percent, 60 HZ + 0.5 HZ over the full dynamic range from no load to full load, low line VAC to high line VAC, and low battery voltage to high battery voltage. 5. The UPS system shall provide computer grade sine wave power with 5 percent or less total harmonic distortion. 6. The UPS system capacity shall be rated in volt-amperes (VA) while loaded with typical computer grade switch mode power supplies having a power factor of 0.6 to 0.7 and crest factor of 2_7 to 3.5. 7. The UPS system shall have an efficiency of at least 90 percent when operated from AC line. 8. The UPS system shall have built-in self-diagnostic monitoring capable of monitoring as a minimum AC volts in/out, AC current in/out, battery voltage, VA load, watts, power factor percent of full load, time of day, system hours, inverter hours and projected run time available. Unit shall have two normally open relay contacts for remote alarm condition reporting. The supplier shall connect all available status contacts to the control system. 9. The UPS system shall have a dual track redundant configuration that utilizes either line or inverter output for power and shall be designed to meet or exceed a MTBF of 100,000 hours. 10. All cables and connectors for power distribution to the system components shall be furnished and installed under this contract. 11. UPS systems greater than 3 kVA shall be provided with an input voltage shall be 240 - VAC, 1 phase, 60 Hertz; all others shall be provided 120 VAC, 1 phase, 60 Hertz. All others shall be provided with an input voltage of 120VAC, 1 phase 60 Hertz. The supplier shall coordinate the input voltage and neutral requirements with the electrical contractor before ordering the UPS. 12. The system batteries shall be sealed, no maintenance type rated for 100 amp hour at 12 VDC. 13. Each UPS shall provide dry contacts to tie into computer system such as UPS Fail, UPS bypass, etc. 14. The UPSs shall all be dual conversion UPS. 15. The UPS sizes are for reference only. The supplier shall provide sizing data on the UPS listing all loads and calculations required for sizing the UPS system for Consulting Static Uninterruptible Power Supply (UPS) 16260-5 Engineer review and approval. The system supplier shall provide test data on the UPS to show conformance with these specifications including, but not limited to, full load back-up time, half load back-up time, efFiciency at full load, output voltage/frequency regulation during adverse input power conditions, etc. 16. Each UPS shall be provided with a external bypass switch, in a Nema 1A enclosure, wall mounted, which will permit seamless transfer of the UPS to a separate source and back, without loss of load, for maintenance of the UPS. The manufacturer of the transfer switch shall be the manufacturer of the UPS. 2.06 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, vacuum sealed, and clearly identified on the exterior of package. Identify each item with manufacturers name, description and part number 2.07 FACTORY TESTING A. The UPS 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. Prior to factory testing, the manufacturer shall check to see that all selections and settings required by the Power System Study Engineer have been performed. C. Factory test equipment and test methods shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards. D. 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 control devices shall be fed into the boards to check for proper operation. PART 3 EXECUTION 3.01 MANUFACTURER'S REPRESENTATIVE A. Provide the services of a qualified factory-trained manufacturer'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 1 working days, with not less than 1 working days per UPS. The manufacturer's field engineer shall provide technical direction and assistance to the Contractor in general assembly of the equipment, connections and adjustments, and testing of the assembly and components contained therein. 3.02 INSTA�LER'S QUALIFICATIONS A. Installer shall be specialized in installing UPS's with minimum 5 years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.03 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. Static Uninterruptible Power Supply (UPS) 16260-6 C. Verify field measurements are as instructed by manufacturer. 3.04 INSTA�LATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safery labels. 3.05 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. 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 handles for free mechanical and electrical operation as described in manufacturer's instructions. 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 as required in Section 16105 Power System Study. All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment_ 3.07 FIELD TESTING A. The UPS's 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 UPS. 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 personally inspect the equipment at the jobsite and shall ce�tify in writing that the equipment has been installed, adjusted, and tested, in accordance with the manufacturer's recommendations, including all settings designated in the Power System Study. B. The Contractor shall provide three (3) 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 UPSs furnished under this Section. Static Uninterruptible Power Supply (UPS) 16260-7 B. The training for each type of equipment shall be for a period of not less than one-half (1/2) 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 shall include instructions on the assembly, 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 Static Uninterruptible Power Supply (UPS) 16260-8 SECTION 16470 PANELBOARDS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and install panelboard(s) as specified herein and as shown on the Drawings. __ B. The provisions of this Section shall apply to all panelboards, except as indicated otherwise. 1.02 RE�ATED WORK A. Section 16000 Electrical — General Provisions B. Section 16045 Electrical Support Hardware C. Section 16105 Power System Study D. Section 16196 Low Voltage Surge Protective Devices (SPDs) 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 01, Section 16000 and as specified herein. B. Provide systems engineering to produce coordination curves, showing coordination between breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C. Submittals shall also contain info�mation on related equipment to be furnished under this Specification but described in the related Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. D. Shop Drawings and Product Data. The following information shall be submitted to the Engineer: 1. Master drawing index 2. Front view elevation 3. Top view 4. Nameplate schedule 5. UL Listing of the completed assembly 6. Conduit entry/exit locations 7_ Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 8. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings Panelboards 16470-1 9. Descriptive bulletins 10. Product data sheets. 11. Cable terminal sizes. E. 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 �enewal parts list Record Documents for the information required by the Submittals paragraph above. 1.04 REFERENCE CODES AND STANDARDS A. The low voltage panelboard assembly and all components in this specification shall be designed and manufactured according to latest revision of the following standards (unless otherwise noted): 1 _ UL 67 - Panelboards 2_ UL 50 - Cabinets and Boxes 3_ NEMA PB-1 2006 - Panelboards 4. Fed. Spec. W-P-115C 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. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. E_ Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 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 Owner/Engineer upon delivery of the equipment, an approved copy of all such submittals. Qelivery 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. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed un#il the location is finished and protected from the elements. Panelboards 16470•2 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years from date of final 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 shall be perFormed by the Contractor at no expense to the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are - - acceptable. 1. General Electric 2. Eaton / Cutler Hammer 3. Square D 4. Siemens 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 tisted above are not relieved from meeting these specifications in their entirety. 2.02 RATINGS A. The service voltage, overall short circuit withstand and interrupting rating of the equipment - and components shall be as shown on the Drawings, except that the minimum interrupting rating shall be 22000 amperes. Panelboards employing series connected ratings for main, feeder and branch devices shall not be used. -- 6 Panelboards shall be UL listed and labeled as suitable for use as service equipment. C. Where the panelboard is shown or specified to contain a surge protective device (SPD), the complete panelboard, including the SPD, shall be UL67 listed. D. Panelboards shall be designed for continuous operation, at rated current, in a 40 degree C ambient. E. For additional ratings and construction notes, refer to the Drawings. 2.03 CONSTRUCTION A. General 1. Refer to the Drawings for actual layout and location of equipment and components, and other required details. 2. A nameplate shall be provided listing manufacturer's name, panel type and rating_ 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, or equal. 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'h", or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. Panelboards 16470-3 B. Enclosures 1. 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. 2. Provide NEMA 4X Aluminum Enclosures where specifically designated herein or shown on the Drawings. 3. 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. 4. Provide NEMA 12 enclosures where specifically designated herein or as shown on the Drawings. 5. Provide NEMA 4X 316 Stainless Steel enclosures for all other areas, unless specifically stated otherwise, or shown on the Drawings. 6. NEMA Types 1 or 1A enclosures will not be permitted, unless specifically stated in the Specification for the equipment, or shown on the Drawings. C. SPDs 1. Where panelboards are shown or spec�ed to include an SPD, the panelboard manufacturer shall be the manufacturer of the Type 2 SPD, and the SPD shall be located within the panelboard, unless otherwise shown on the Drawings. Refer to Section 16196 for specifications of the SPDs, and the required submittals to be included under this Section. Submittals not containing the required information in Section 16196 will be returned unreviewed. 2. The SPD shall be installed immediately following the load side of the main breaker. SPDs installed in main lug only panelboards shall be installed immediately following the incoming main lugs. The SPD shall be interfaced to the panelboard via a direct bus bar connection. The SPD shall not limit the use of through-feed lugs; sub-feed lugs, and sub- feed breaker options. See Section 16196 for additional requirements_ D. Exteriors 1. Unless otherwise noted, all panels shall be designed for surface mounting. 2. Hinged doors covering all circuit breaker handles shall be provided on all panels. 3. Doors shall have semi flush type cylinder lock and catch, except that doors over 48 in. in height shall have a vault handle and 3 point catch, complete with lock, arranged to fasten door at top, bottom and center. Door hinges shall be concealed. Furnish two keys for each lock. All locks shall be keyed alike; directory frame and card having a transparent cover shall be furnished on each door. E Interiors 1. At least four studs for mounting the panelboard interior shall be furnished. 2. Interiors shall be so designed that circuit breakers can be replaced without disturbing adjacent units and without removing the main bus connectors and shall be so designed that circuits may be changed without machining, drilling or tapping. 3. All interiors shall be completely factory assembled with circuit breakers, wire connecto�s, etc. All wire connectors, except screw terminals, shall be of the anti turn solderless type and all shall be suitable for copper wire of the sizes indicated. Panelboards 16470-4 F. Busses 1. All busses, including neutral busses and ground bars, shall be of tin plated copper. Neutral busses shall be full size. Phase bussing shall be full height without reduction. Cross connectors shall be tin plated copper. 2. Neutral bussing shall have a suitable lug for each outgoing feeder requiring a neutral connection. 3. Spaces for future circuit breakers shall be bussed for the maximum device that can be fitted into them. 4. Equipment ground bars, of tin-plated copper, shall be furnished. 5. Branch circuits shall be arranged using double row construction except when narrow column panels are indicated. Branch circuits shall be numbered by the manufacturer. 2.04 CIRCUIT BREAKERS A. Panelboards shall be equipped with circuit breakers with frame size and trip settings as shown on the Drawings. B. Circuit breakers shall be molded case, bolt-on type. C. Each circuit breaker used in 120/208 Volt, 3 phase, or 120/240 volt 1 phase, panelboards shall have an interrupting capacity of not less than 22,000 Amps, RMS symmetrical. D. Each circuit breaker used in 277/480 Volt and 480 Volt panelboards shall have an interrupting capacity of not less than 65,000 Amps, RMS symmetrical. E. Circuit breakers shall be as manufactured by the panelboard manufacturer. 2.05 MINI-LOAD CENTERS A. Mini-load centers shall include a main primary breaker, a dry-type transformer and circuit breaker-type load center in a common NEMA 3R 316 stainless steel enclosure, suitable for indoor/outdoor operation. B. kVA and voltage ratings shall be as shown on the Drawings. Main primary breaker shall have an interrupting rating of 14kA at 277/480 volts and a secondary load center rated at 10 kA at 120/240 or 120/208 volts as shown on the drawings. Transformer sound levels shall not exceed the following ANSI and NEMA levels for self-cooled ratings: Up to 9 KVA 40 db 10 to 30KVA 45 db C. Transformer shall be copper wound, 115 degrees C rise and epoxy-resin encapsulated. The core of the transformer shall be grounded to the enclosure. Provide two (2) 5% FCBN taps. All interconnecting wiring between the primary breaker and transformer, secondary main breaker and transforme� and Ioad center shall be of copper and factory installed. D. Load center shall have tinned copper bus, and be complete with all circuit breakers as shown on the drawings. Breakers shall have an interrupting rating of 10 kA minimum, and shall be of the bolt-on type. PART 3 EXECUTION 3.01 PREPARATION (NOT USED) Panelboards 16470-5 3.02 INSTA�LATION A. Mount boxes for surface mounted panelboards so there is at least 1/2 inch air space between the box and the wall. 6. Connect panelboard branch circuit loads so that the load is distributed as equally as possible between the pliase busses. C. Type circuit directories giving location and nature of load served. Install circuit directories in each panelboard. END OF SECTION Panelboards 16470-6 SECTION 16475 LOW VO�TAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES PART 1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install low voltage enclosed circuit breakers and disconnect switches, together with appurtenances, complete and operable, as specified herein and as shown on the Contract Drawings. 1.02 RELATED WORK A. Section 16000 Electrical — General Provisions B. Section 16045 Electrical Support Hardware C. Section 16105 Power System Study 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 01, Section 16000 and as specified herein. B. Submittals for equipment and materials, furnished under this Section of the Specifications, will not be accepted prior to approval of the Power System Study specified under Section 16105. Submittals made prior to such approval will be returned unreviewed. C. 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 above. Incomplete submittals not containing the required information on the related equipment will also be retumed unreviewed. D. 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. E. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Product data sheets and catalog numbers for overcurrent protective trip devices on circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturer's name shall be clearly visible on the each cut sheet submitted. List all options, trip adjustments and accessories furnished specifically for this project. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and inter(ocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls, terminal blocks, etc_. 4. Schematic diagram 5. Nameplate schedule 6. UL Listing of the completed assembly. Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475-1 7. Component list with detailed component information, including original manufacturer's part number. 8. Conduit entry/exit locations 9. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 10. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 11. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes. 12. Instruction and renewal parts books. F. Factory Tests. Submittals shall be made for factory tests specified herein. G. Field Test Reports. Submittals shall be made for field tests specified herein. H. 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. 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 A61 — Molded Case Circuit Breakers, Molded Case Switches and Circuit Breaker Enclosures 2. NFPA 70 — National Electrical Code (NEC) 3. NFPA 70E — Standard For Electrical Safety in the Workplace 4. IEEE 242 — Protection and Coordination of Industrial and Commercial Power Systems 5. IEEE 399 — Power Systems Analysis 6. UL 489 — Molded Case Circuit Breakers and Circuit Breaker Enclosures 7_ UL 1066 — Low Voltage AC and DC Power Circuit Breakers Used in Enclosures. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475-2 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. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest �eld proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. E. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 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 Owner/Engineer 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 shall be handled and stored in accordance with manufacturer's instructions. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for finro years from date of final 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 shall be performed by the Contractor at no expense to the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Cutler Hammer 2. General Electric Co. 3. Square D 4. Siemens 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. Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475-3 2.02 RATINGS A. The service voltage, shall be as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the circuit breaker or switch. Systems employing series connected ratings for main and feeder devices shall not be used. B. Circuit breakers, safety switches and associated devices shall be designed for continuous operation at rated current in a 40 degree C ambient temperature. C. For additional ratings and construction notes, refer to the Drawings. 2.03 CONSTRUCTION A. General 1. 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. 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate clearance for bending and terminating of cable size and type specified. 3. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 4. Furnish nameplates for each device as indicated in Drawings. 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 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X%", or equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. B. Enclosures 1. 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. 2. Provide NEMA 4X Aluminum Enclosures where specifically designated herein or shown on the Drawings. 3. 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. 4. Provide NEMA 12 enclosures where specifically designated herein or shown on the Drawings. 5. Provide NEMA 4X 316 Stainless Steel enclosures for all other areas, unless specifically stated otherwise, or shown on the Drawings. 6. NEMA Types 1 or 1A enclosures will not be permitted, unless specifically stated in the Specification for the equipment, or shown on the Drawings. 7. All doors shall be continuous hinge and shall be lockable. 8. All enclosures installed outdoors, and containing control devices, shall have a factory- applied suitable primer and final coat of weatherproof white paint. 9. Provide a flange mounted, or through the door, disconnect operating handle with mechanical interlock having a bypass that will allow the enclosure door to open only when Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475-4 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology Up to four distinct geological surface autcrops occur along the project alignment_ Considering elevation from highest to lowest, the fol(owing formations occur in order: Goodland Formation underlain by the Walnut Formation under(ain by the Paluxy Formation, aii of the Lower Cretaceous age. In addition, the West Fork of the Trinity River has deposited reworked Terrace and Alluvial materials from other formations atop the above listed various formations within its zone of infiluence. Both the Goodland and Walnut Formations consist prirnariiy of limestone. Sha1e seams and layers are present in the formations. The Paiuxy Formation is composed primarily of sands, mostly unconsolidated and cross bedded; clays and sandy clays, normally in lenses; and thin calcareous clays. Lignite and fragments of silicified wood are found throughout the formation. The Paluxy is an impo►tant aquifer in the area and large amounts of ground-water can be found at relatively shallow depths in the formation. 3.2 Soil Conditions Specific types and depths of subsurFace strata encountered at the boring locations are shown on the boring (ogs in Appendix A. The generalized subsurf'ace stratigraphy encouniered in the borings is discussed below. Note ihat depths on the borings refer to the depth from the existing grade or g�oUnd sca�ace p��sent a� t�'1P. ilii'i@ Oi iiiE lilil@Siiy'aiiOil, c'�iiu tii@ u�i1i1L'�ai i�S �@i41ic@i7 ti'ic VaiiOi,iS soil types are approximate. Asphalt concreie is preseni at the surface in Borings B-6, B-7 and B-10 through B-13 and is 1% to 4 inches in thickness. Grave! base underlies the asphalt surfacing in Boring B-7 and B-10 and is 5 inches thick. Fill and possible fill maierials are noted in Borings B-1, B-4, B-6, B-7, and B-11 through B-15 ranging in ihickness from 1 to 7 feet. The various fills consist ofi brown, light brown, dark brown, lighi reddish brown, and gray clayey sands, silty sands, sands, and sandy c(ays containing grave!_ Aspha(t fragments were noted within the fills in Boring B-4. Natural soils consist of various dark brown, brown, light brovyn, light reddish brov+rn, reddish brovvn, tan and gray clayey sands, clayey silty sands, silty sands, sands, si[ty sandy clays, sandy clays, sandy siliy clays, silty clays and clays_ The more granular clayey sands, clayey silty sands, siliy sands and sands often contain gravel and are generally loose to dense, with Standard Penetration (N} values ranging from 5 to 43 blows per foot of penetration. On average, these granular Report No. 425-12-27 (Revision 1) CMj ENGINEERING, INC. 4 materiais are predominaiely medium dense, with N values between 10 and 30 blows per foot. The more clayey soils encouniered are generally stiff to hard (soil basis) with pocket penetromeier values ranging from 1.75 to over 4.5 tsf. The soils encountered had tested Liquid Limits (LL) of 18 to 57 wiih Plasticity Indices (PI) of 4 to 41. Tested dry unit weight and unconfined compressive strength values range from 106 to 126 pcf and 1,660 to 20,670 psf, respectively. Borings B-3A, B- 4, and 8-J tnrough 8-95 were terrninated within these various soiis at depths ot 7 to 20 feet. Tan, light reddish brown, reddish brown and gray cemented sands are present in Borings B-5 through &8 at variable depths of 5 to 38 feet. Boring B-7 possesses three separate beds of cemented sands encountered at depths of 8, 17, and 26 feet. The two upper beds are on the order of 4 to 5 feet thick. Cemented sand seams are noted below 18'/ feet in Boring B-3A_ The cemented sands are very dense, with Standard Penetration test values of 2 to 5'h inches of penetration for 50 hammer blows and Texas Cone Penetrometer (THD) values of 1 to 4'/ inches per 100 hammer blows_ The cemented sands continue through boring termination depths in these borings at depths of 20 to 60 feet. Gray, sandy shale is present oniy in Boring B-7 at 21 feet_ The sandy shale contains cemented sand seams, is 5 feet in thickness, and is considered moderately hard (rock basis), with a Texas Cone Penetrometer (THD) value ofi 2 inches per 10Q hammer blows. Gray limestone is next present in Boring B-1 at a depth of 22 feet, near Elevation 600.5. This gray limestone contains shale seams and is very hard (rocic basis), with a Texas Cone Penetrometer (THD) value of'/2 inch per 100 hammer blows. Gray, light gray, and ian sandy shaly ciays are next present at 29 feet (Elevation 593_5) in Bonng B-9 and at 28'h feet (Elevation 576) in Boring B-2. These sandy shaly clays are hard (cohesive soil basis), with THD iesi values ranging firom 4 to 6'/< inches per 100 blows. Gray and light reddish brown sandy clays, silty clayey sands, clayey sands, and sands are then p�esent befow 33'/ to 34 feet in Borings B-1 and B-2_ These granular soils are considered dense to very dense with THD test valuas ranging from 1'/4 to 53/< inches per 100 blows. Thereunder, ligh# gray; gray and dark purple silty clays, shaly silty clays, and clays are present in Borings B-1 and B-2 below 44 and 37 feet and continu� through boring termination depths of 60 and 40 feet, respectivaly. Thes� clayey soils are considered hard, with THD test values of 23/ to 5 inches_ Rsport No. 425-'12-27 (Revision 9) CMJ EhGi�vEE�mr�, Iuc. 5 E �NI'�t•IIiI33t.ti9t�ig jNiJ (6 ao�s�na2f) LZ-Zb-5t4 "oN I�oda� �a���ae.�c! pa�claaae f�Ee�a�a�.�o `sa.�npa�o�c! W1St! alQ�!l��� ��!^'� a�uepJo��e �e�aua6 ui pauaao}�ad a�ann s�sa� /Cio}e�oqe� anoqe ayl �s�oda� uo�}nqEl}s�� azig a{�i}�ed `�Z�y y6no�y� 6��y sa�e{d uo pa�uasa�d a�e sasl��eue anaig �s6o� 6uiaoq ay� uo papn��u� aJe ��afad siy� lo� pa�npuo� s�sa} }y6iann ��un pue `y�6ua��s an�ssa�du�o� pau�uo�un `�ua}uo� a�n�siow `s�sa� uoi�e��isse�� /Go�e�oqe� ay� ;o s}�nsa� �paw.io}�aci a�ann s�sa� �y6iann }iun pue `y�6ua�}s ah�ssa.�ciwo� pau�uo�un `�ua�uo� a�n�s�ouj `{sasREeue ar�ais pue `a�ais OOZ �o� ay} 6wssed �ua��ad `s�iwi) ��}se�d `s}iu�i� pmbi�) s}sa� uo�}e�itisse�� ay} o� uoi�ippe u� �s6uuoq ay� wa� palano�a� sa�dwes ani�e}uasa�da� pa��a�as uo paw�o}�ad a�ann s�sa� �ios tio}e�oqe� 6u��sall(ao�e.�oqe1 Z'Z -a�qe�qdde se `6uidwe� puey �0 6n�d ��eydse ue �ay�ia �(q a�e}�ns ay� �e pa66n�d pue s6ui}}n� �ios �o sdiy� a��uo}uaq !ar�T�a yT!r� pa�����eq a�ahn sa;oy a�oq ay�. `s6ui.�oq ay� ;o uo�ra�du.�o� �tocl� �s6o� 6ut�oq ay� To �y6u �addn ay} uo unnoys a�e s6uuoq ay} �o uoi�a�dwo� �a�.� pue 6uunp suo��en�asqo �a�ennpuno�� f. , �� � -s6o� 6u�aoq ay� uo sy}dap 6ui�sa� ani}�adsaa ay� }e pap�o�a.a si snno�q pp � �e�o� ay� ao� uoi�ea�auad ayl -snnolQ 00 6,�o �e�o� e`snno�q 05 puo�as pue ;sa�. ay� �o� pap�o�a� `say�w u� `suoi�e��auad 6u���nsa� ay} y�inn uanup si auo� �a�awol;auad ay} `(a�i�-�{�o� �o ��o�) s�eua}ew p�ey u� -60� ay� uo say�ui g �ad snno�q se `sy}dap �sa� an��adsa.r �e pa�e�nqe� si uoi�e��auad y�u�-g y�ea �o� pa�mba� snno�q �.o aaqwnu ay� pue �oo� � uanup si auo� �a�awa�auad ay} `s�eua�ew }}os �(�an��e�a� u� �nno�q �awuaey y�ea �o� /�6�aua �o spunod-�oo� Q5£ u� s}�nsa� s�yl •say�ui p£ 6ui��e� �(�aal� .�awwey punod-p�,� e 6uizi�i�n fq pa�ipoi.0 senn poy�aw siyl -nno�q y�ea �o� �(6�aua �o spunod-�oo� p�,E u� s��nsa� siyl �say�ui �Z 6ui��e�. ��aa�� �auauaey punod-OLI. e y�inn auo� �a�aweip y�ui-£ e 6u�nup sai�i�ads �-Z£ �-xal poy�aW �sal (lOaX� uoi�e}�odsue�l �o �uaw�edao sexal �suo�}e�o� pa}�a�as �e paw�o�ad senn �sa� uo►�e�}auad auo� sexal ay� �o uo�s�an pa�ipow e`suo�}euuo} �ap�ey ay� �o /(�ua�sisuo� pue ICa.tsuap ani�e�a� ay� a}en�ena ol -s6uuoq �o s6o� ay� uo y}dap a}eudoadde ay} �e (N) an�en uoi�e��auad p�epue�g ay� se pa�oda� si `snnolq 05 wa� pawe�qo uoi�e.t�auad ay� �o `say�ui Z ��se� ay� �o� an�en ay� pue papao�a� si uoi�e��auad �o say�ui g � �o� pa.�inba� snno�q �o �aqwnu ayl ��eua�ew ay� o�ui �a�du.�es uoods-�i�ds ay} 6uinup `say�ui pE �o a�ue�sip �e��}�an `' ___- ��e� aa�� e sdo3p }ey� �a�.uwey punod-Q�� e s�(o�dwa �sa� siyl 'i9856 a W1St/) }sal uo�}el}auad Z 'JNI'�i1I2I33I�iI�N� jj/Q� (� uais�naa) LZ-Z6-5Zti'aN i�oda2i �1ep�e;S a�{� ���nr� �o��aun(�o� �� �a�cl�.ues (uoods-��;cls) �a�.�ea,-�.��cls �Q-Q u,au�-Z �eu��o� e 6�1z��E�r� pau�e�qo a�ann s�eua�eu� anisayo� p.rey o� �i�s ao ae�nuea6 anisa�{o�uou ay} �o sa�duaes paq�n}s�a +5-{� se pa�esnqe� s� an�en ay� `papaa�xa sf �a�awo.a�auad ay� �o �(���edea ay� uay� -s6o� ay� uo sy}dap a�dwes ani��adsa� }e pa�e�nqe� a�e `�s} ui `s}sa� asay� �o s��nsa� ayl �y�w SZ�p �o y�dap e o� a�e� �ue�suo� ��e a�dwes paq�n}sipun �(�ani�e�a� ay� o�u� paysnd s� uo�s�d �a�auie�p y�w-gZ-p e�sa� s�y} u� �.�a}auao��auad puey pa�e�q��� e 6u�sn p�a� ay} ui pa�en�e�►a senr� sa�dwes �ios a�isayo� ,�o ��ua�sisuo� ayl �a�n}sio�.0 �o sso� �iwg o� pa6e��ed pue `pa�eas `�a�awo��auad puey e y��nrt �(�ua}s�suo� �o� pa}sa; `pe66o� `p�a� ay; ui aqn� ay� uao�� papn��xa aaenn sua�ui�ads �ios ayl �6►� 6w��up ay� �o unnoppnd �i�ne.�p�Cy ay� !q �ios ay} o�ui paysnd si aqn� ayl �uo���auuo� po� �o} papea�y} anl�� II�q e y�u►n paddmba peay e o� pa�auuo� a6pa 6ui}}n� d�eys e y}�nn aqn� �aa�s pa��enn-u�y� e�o s�sisuo� �a�du�es aqn� lq�ays ayl �s6uuoq �o s6o� ay� uo unnoys suoi�e�o� ay� �e s�a�du�es aqn} (/�q�ays) pa��enn-wy� �a�aweip y�u�-£ ��wwou u�u�n paui��qo a�ann s�ias anisayo� �.o sa�dules paq�n�sipun 'E-t� p�� Z'f/ sa�e�� uo pap►no�d a1e s6o� ay} uo pasn s�oqw/(s pue suoi�e��}�sse�� o� s�(a� pue g��y y6no�y� ��y sa�e�d uo papn��u� a�e s6o� 6uuoq ayl �-�u� `sa�ei�ossy �awwn�d ue�y /�q pap�no�d a�ann Z-8 pue �-8 s6uuo8 �e suo��ena�a puno�6 �.o do� a}ewixo�ddy �e��y pue e��y sa�e�d `s6uuo8 �o ue�d au� uo unnoys suoi�e�o� a�ew�xo�dde ay� �e s�a6ne wa�s nnopoy pue �y6��} snonui�uo� 6uisn pa��up a�ann s6uuoq ay1 -uoi��o� uo��e�s }�i� pasodo�d ay� �e p_a��up senn 5-8 6uuo8 ��S�i�i�n paunq e/��qissod `paaa}uno�ua uo�}�na�sqo a�a��uo� e o� anp �aa� L�o y�dap e�e pa}ewu�a� senn y��ynn `Z �-8 6uuo8 senn uoi�da�xa uy ��aa� pg o� p ti uao�� 6u�6ue� sy�dap o� pa��up s6uuoq �ios �e�i}�an (5 �) uaa}}��. �Cq pa�o�dxa a�ann a�is ��afo�d ay� �e s�eua�ew a�e�nsqng uo��e�oldx3 Pla!� �'Z JNI�.S31 A2�Ql`d2lOSb'� QNt/ �lQf.�ti23Q�dX3 a�31� 0'Z �(�sd) ya�� a.�enbs .�ad s�unod pue `(;�d� �oo� ��qn� �ad spunod `(}sd) �oo�. a�enbs �ad spunod `(}s�) �oo� a�enbs �ad sdi� `(spunod 000` �= di�{ �) sdi� `(}s�) �oo� aaenbs �ad suo� aprt��u� �Cew pue wa�sls ysi�6u� ay} uo paseq a�e }�odaa ay� u� pasn s�iun �n��o lay� y�iynn u� uo���as ay} o} 6u�p�o��e pa�aqwnu a�e pue �a� ay� �o �poq ay� ui �eadde !ew y�6ua� ui a6ed auo uec{� ssa� �o sa�qe� ��ewg -�eadde lay� y�iyiv► the circuit breaker or switch is in the OFF position. The circuit breaker or switch shall have the capability of being bypassed after the door has been opened. C. Internal Wiring 1. Wiring: Stranded copper, minimum size No. 14 AWG, with 600 Volt, 90 degree C, flame retardant, Type MTW thermoplastic insulation, NEMA Class II, Type B wiring. Line side power wiring shall be sized for the full rating or frame size of the connected device. 2. 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_ 3. All wiring shall be neatly bundled with tie wraps 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. D. Field Installed Internal Wiring 1. Field installed interior wiring shall be neatly 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. 2. All 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 3. In general, all conduit entering or leaving equipment shall 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 Owner/Engineer. 2.04 CIRCUIT BREAKERS A. Molded Case Circuit Breakers (MCCB's) 1. Unless otherwise shown on the Drawings, circuit breakers 225 ampere frame rating and larger, shall be molded case (MCCB), 3 Pole, 600 Volt, fixed type, with stored energy closing mechanism. Breakers shall be manually operated unless indicated as electrically operated (EO) on the Drawings. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch; adjustable ground fault pickup and delay, and ground fault delay and pickup trips for selective tripping. 2. Unless otherwise shown on the Drawings, circuit breakers less than 225 ampere frame rating shall be molded case, 3 Pole, 600 Volt, fixed type, manually operated with stored energy closing mechanism. Circuit breakers shall have inverse time and instantaneous tripping characteristics. 2.05 DISCONNECT SWITCHES A. Disconnect switches shall be heavy duty, quick make, quick break, visible blades, 600 Volt, 3 Pole with full cover interlock, interlock defeat and flange mounted operating handle. Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475-5 2.06 FUSED DISCONNECT SWITCHES A. Fused disconnect switches shall be heavy duty, quick make, quick break, visible blades, 600 Volt, 3 Pole with full cover interlock, interlock defeat and flange mounted operating handle. B. Fuses shall be rejection rype, 600 Volts, 200,000 A.I.C., dual element, time delay, Bussman Fusetron, Class RK 5 or equal. 2.07 SPARE PARTS A. Provide the following spare parts: 1. 3— Fuses of each 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 2.08 FACTORY TESTING A. The circuit breakers and disconnects 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 shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 EXECUTION 3.01 INSTAL�ER'S QUALIFICATIONS A. Installer shall be specialized in installing low voltage circuit breakers and disconnect switches with minimum 5 years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C_ Verify field measurements are as instructed by manufacturer. 3.03 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install requi�ed safety labels. 3.04 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufacturer's instructions. 3.05 FIELD ADJUSTING A. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475-6 _ B. The Power Monitoring and Protective Devices 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 as required in Section 16105 Power System Study. All such settings, including the application of arc flash labels, shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3.06 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance. Megger, for 1 minute, at minimum voltage of 1000 VDC. Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. C. Test the ground fault protection system using a high current injection method. D. Test the rating plug for correct rating. 3.07 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. 3.08 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. END OF SECTION Low Voltage Enclosed Circuit Breakers and Disconnect Switches 16475-7 SECTION 16476 LOW VOLTAGE ENC�OSED AUTOMATIC TRANSFER SWITCHES (ATSs) PART 1 GENERAL 1.01 SCOPE OF WORK A. The Contractor shall furnish and install low voltage enclosed automatic and manuai transfer switches (ATSs), together wiih appurtenances, complete and operable as specified herein and as shown on the Contract Drawings. B. The items of equipment are for individual applications as separately enclosed items. Submittals made under this Section, for components and electrical items specified under other Sections, will be returned unreviewed. 1.02 RELATED WORK A. Section 16000 Electrical — General Provisions B. Section 16045 Electrical Support Hardware C. Section 16105 Power System Study D. Section 16196 Low Voltage Surge Protection Devices (SPDs) 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 01, Section 16000 and as specified herein. B. Submittals for equipment and materials, furnished under this Section of the Specifications, will not be accepted prior to approval of the Power System Study specified under Section 16105. Submittals made prior to such approval will be returned unreviewed. C. 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 above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. D. 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 �le 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. E. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Product data sheets and catalog numbers for overcurrent protective trip devices on circuit breakers and switches, relaying, meters, pilot lights, etc. The manufacturer's name shall be clearly visible on the each cut sheet submitted. �ist all options, trip 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. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted _ devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. Low Voltage Enclosed Automatic Transfer Switches 16476-1 3. Provide plan and elevation drawings of each controller or enclosure, with dimensions, exterior and interior views, showing component layouts, controls, terminal blocks, etc. 4. Schematic diagram 5. Nameplate schedule 6. UL �isting of the completed assembly. 7. Component list with detailed component information, including original manufacturer's part number. 8. Conduit entry/exit locations 9. Assembly ratings including: a. Short-circuit rating b_ Voltage c. Continuous current 10. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 11. Number and size of cables per phase, neutral if present, ground and all cable terminal sizes. 12. Instruction and renewal parts books. F. Factory Tests. Submittals shall be made for factory tests specified herein. G. Field Test Repo�ts. Submittals shall be made for field tests specified herein. H. 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. I. The manufacturer shall submit for approval, 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. NFPA 70 National Electrical Code (NEC) 2. NFPA 70E Standard For Electrical Safety in the Workplace 3. UL 1008 Underwriters Laboratories standard for automatic transfer switches 4. CSA: C22_2 No_ 178 certified at 600 VAC Low Voltage Enclosed Automatic Transfer Switches 16476-2 5. NFPA 101: Life safety code 6. NFPA 110: Standard for emergency and standby power systems 7. IEEE 446: I.E_E_E. recommended practice for emergency and standby power systems 8. NEMA ICS10: AC automatic transfer switch equipment (supersedes ICS2-447) 9. UL 50/508: Enclosures 10. ANSI C33.76: Enclosures 11. NEMA 250: Enclosures 12. IEEE 472: (ANSI C37.90A): Ringing wave immunity 13. EN55022 (CISPR11): Conducted and radiated emissions 14. IEEE 242 — Protection and Coordination of Industrial and Commercial Power Systems 15. IEEE 399 — Power Systems Analysis 16. UL 489 — Molded Case Circuit Breakers and Circuit Breaker Enclosures 17. UL 1066 — Low-Voltage AC and DC Power Circuit Breakers Used in Enclosures. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment fo� 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. All assemblies shall be of the same manufacturer. Equipment that is manufactured by a third party and "brand labeled" shall not be acceptable. C. All components and material shall be new and of the latest field proven design and in current production_ Obsolete components or components scheduled for immediate discontinuation shall not be used. D. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufactu�er shall be ISO 9001 2000 certified. F. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. 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 Owner/Engineer 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 shall be handled and stored in accordance with manufacturer's instructions. C. Equipment shall be stored indoors and protected from moisture, dust and other contaminants. D. Equipment shall not be installed until the location is finished and protected from the elements. Low Voltage Enclosed Automatic Transfer Switches 16476-3 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for two years from date of �nal 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 shall be performed by the Manufacturer, at no expense to the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. ASCO 2. Zenith 3. Onan 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. 2.02 RATINGS A. The service voltage, shall be as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the automatic transfer switch_ Systems employing series connected ratings for main and feeder devices shall not be used. B. The withstand current capacity of the main contacts shall not be less than 20 times the continuous duty rating when coordinated with any molded case circuit breaker established by certified test data. Refer to required withstand and close ratings as detailed in this specification. C. Temperature rise tests in accordance with UL 1008 shall have been conducted after the overload and endurance tests to confirm the ability of the units to carry their rated currents within the allowable temperature limits. D. Automatic transfer switches and associated devices shall be designed for continuous operation at rated current in a 50 degree C ambient temperature. F. For additional ratings and construction notes, refer to the Drawings. 2.03 CONSTRUCTION A. General 1. The equipment described in this specification shall contain factory assembled and operational tested circuit breakers and accessories and be self-supporting in a manner to be installed on a level concrete pad. Low Voltage Enclosed Automatic Transfer Switches 16476-4 2. Refer to Drawings for actual layout and location of equipment and components; current ratings of devices, bus bars, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. 3. Units shall be arranged as shown on the Drawings. 4. Nameplates a. External 1) Nameplates shall be eng�aved, laminated impact acrylic, matte finish, black letters on white background, 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 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 metal surface shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. b. Internal 1) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification, corresponding to approp�iate designations on manufacturer's wiring diagrams. c. Special 1) Identification nameplates shall be white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. 5. Cont�ol Devices and Indicators a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door. All controls and indicators shall be 30mm, corrosion resistant, NEMA 4X/13. Booted control devices are not acceptable. Auxiliary contacts shall be provided for remote run indication and indication of each status and alarm condition. Additional controls 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 Breaker 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, LOCAL-OFF-REMOTE, etc) shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring. d. Pushbuttons, shall be as follows: 1) Red for STOP, Valve OPEN, Breake� OPEN and mushroom Red for EMERGENCY STOP. Low Voltage Enclosed Automatic Transfer Switches 16476-5 2) Green for START, Valve CLOSE and Breaker CLOSE. 3) Black for RESET. e. Furnish nameplates for each device. All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device mounted nameplates are not acceptable. f. The manufacturer shall 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. B. Enclosures 1. Provide NEMA 4X 316 Stainless Steel enclosures, or shown on the Drawings. 2. NEMA Types 1 or 1A enclosures will not be permitted, unless specifically stated in the Specification for the equipment, or shown on the Drawings. 3. All enclosures shall be lockable. C. Internal Wiring 1. Wiring: Stranded copper, minimum size No. 14 AWG, with 600 Volt, 90 degree C, flame retardant, Type MTW thermoplastic insulation, NEMA Class II, Type B wiring. �ine side power wiring shall be sized for the full rating or frame size of the connected device. 2. 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. 3. All wiring shall 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. D. Field Installed Internal Wiring 1. Field installed interior wiring shall be neatly 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. 2. All 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 3. In general, all conduit entering or leaving equipment shall 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 Owner/Engineer. E. 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 t�ansformer secondary shall be solidly grounded while the other leg shall be fused. Low Voltage Enclosed Automatic Transfer Switches 16476-6 2.04 EQUIPMENT A. General 1. Automatic transfer switches shall be designed for an emergency and normal source voltage and current ratings as shown on the Drawings. Switches shall be listed under UL 1008. 2. The switches shall initiate transfer of the load to the emergency source when any phase of the normal source drops below 90 percent of normal voltage. 3. The transfer switches shall be adequately constructed to carry full rated current on a continuous 24 hour basis in all approved enclosures and shall not show excessive heating or be subject to de rating. The transfer switches shall be capable of withstanding inrush current values to 20 times full load current rating without mechanical distortion of main contact poles or supports. The transfer switches shall be capable of withstanding all available system fault currents without parting of or damage to contacts during the fault clearing time of the system over current device. 4. The transfer switches shall be of inherently 4 Pole double throw construction and shall have three position operation: closed to normal source, open, closed to emergency source. Transfer switches with circuit breakers or contactors are not acceptable. Time delay between opening of the closed contacts and closing of the open contacts shall be a minimum of 400 milliseconds to allow for voltage decay before transfer is complete. The following accessories shall be furnished: a. Adjustable 0 to 30 second time delay to override normal source power outages. b. Adjustable 1 to 300 second time delay before retransfer. 5. A maintained contact test auto switch and normal/emergency pilot lights shall be mounted on the enclosure door. 6. Where Kirk-Key arrangements are used, the Kirk keyed interlocks shall be Kirk HD Series (Heavy Duty) 316 Series of 316 stainless steel, or approved equal. B. Automatic Transfer Switch 1. Transfer switches shall be rated for the voltage and ampacity as shown on the plans and shall have 600 volt insulation on all parts in accordance with NEMA standa�ds. 2. The unit shall be rated based on all classes of loads, i.e., resistive, tungsten, ballast and inductive loads. Switches rated 400 amperes or less shall be UL listed for 100% tungsten lamp load. 3. Switches composed of molded case breakers, contactors or components thereof not specifically designed as an automatic transfer switch will not be acceptable. 4. The automatic transfer switch shall be equipped with a solenoid protection scheme that removes any attempts of operating the solenoids after (3) consecutive trials until manual intervention by an operator. 5. The withstand current capacity of the main contacts shall not be less than 20 times the continuous duty rating when coordinated with any molded case circuit breaker established by certified test data. 6. The transfer switch manufacturer shall submit test data for each size switch, showing it can withstand fault currents of the magnitude and the duration necessary to maintain the system integrity. Minimum UL listed withstand and close into fault ratings shall be as follows: Low Voltage Enclosed Automatic Transfer Switches 16476-7 Any Molded Case Breaker Size (Amps) RMS Symmetrical) Up to 150 10,000 151 - 260 30,000 261 - 400 35,000 401 -1200 50,000 1201 - 4000 100,000 Specific Coordinated Size (Amps) Up to 150 151 - 260 261 - 400 401 - 800 801 -1 Z00 1201 - 4000 Size (Amps) Up to 4000 Molded Case Breaker 30,000 42,000 50,000 65,000 85,000 100,000 Current Limiting Fuse 200,000 *All values 480 volt, RMS symmetrical, less than 20% power factor C. Generator Controls 1. Where the emergency source is a standby generator, the following additional functions shall be provided: a. The ATS shall incorporate adjustable three phase under and over-voltage and three phase under and over-frequency sensing on the normal source. b. When the voltage of any phase of the normal source is reduced to 80% or exceeds 110% nominal voltage, or frequency is displaced 2 Hz from nominal, for a period of 0- 10 seconds (programmable) a pilot contact shall close to initiate starting of the engine generator. c. The ATS shall incorporate adjustable three phase under and over-voltage and three phase under and over-frequency sensing on the emergency source. d. When the emergency source has reached a voltage value within +/-10% of nominal and achieved frequency within +/- 5% of the rated value, the load shall be transferred to the emergency source after a programmable time delay. e. When the normal source has been restored to not less than 90% of rated voltage on all phases, the load shall be re-transferred to the normal source after a time delay of 0 to 30 minutes (programmable). The generator shall run unloaded for 5 minutes (programmable) and then automatically shut down_ The generator shall be ready for automatic operation upon the next failure of the normal source. f. If the engine generator should fail while carrying the load, retransfer to the normal source shall be made instantaneously upon restoration of proper voltage (90%) on the normal source. D. Control Panel 1. The transfer switch shall be equipped with a microprocessor based control panel. The control panel shall perForm the. operational and display functions of the transfer switch. The display functions of the control panel shall include ATS position and source availability. Low Voltage Enclosed Automatic Transfer Switches 16476-8 2. The equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 16196, Individual Control Panel and Related Equipment Protection (Type 3). 3. The digital display shall be accessible without opening the enclosure door and shall be provided with an LCD display screen with touch pad function and display menus. The programming functions shall be pass code protected. 4. The control panel shall be provided with menu driven display screens for transfer switch monitoring, control and field changeable functions and settings. 5. The control panel shall be opto-isolated from electrical noise and provided with the following inherent control functions and capabilities: a. Multipurpose display for continuous monitoring and control of the ATS functions and settings. All field changeable functions shall be pass code protected and accessible through the keypad. b_ Built-in diagnostic display that includes the capturing of historical data, such as number of transfers and time on emergency power source, for ease of troubleshooting. c. Touch pad test switch with Fast Test/Load/No Load positions to simulate a normal source failure. d. Time delay to override momentary normal source failure prior to engine start. Field programmable 0-10 seconds (adjustable by increments of 0.1 second) factory set at 3 seconds. e. Time delay on retransfer to normal source, programmable 0-60 minutes (adjustable by increments of 0.1 minute) factory set at 30 minutes. If the emergency source fails during the retransfer time delay, the transfer switch controls shall automatically bypass the time delay and immediately retransfer to the normal position. f. Time delay on transfer to emergency, programmable 0-5 minutes, factory set at 1 second. g. Terminals for remote test/peak shave operation and transfer inhibit to the emergency source. h. An in-phase monitor shall be provided. The monitor shall compare the phase angle difference befinreen the normal and emergency sou�ces and be programmed to anticipate the zero crossing point to minimize switching transients. i. Auxiliary contacts (1 N.O each) shall be provided to indicate normal and emergency source availability. j. Auxiliary contacts (1 N.O each) shall be provided to indicate normal, open and emergency position of the switch. k. A load/no load clock exerciser shall be incorporated within the microprocessor and shall be programmable to start the engine generator set and transfer the load (when selected) for exercise purposes on a weekly basis. The exerciser shall contain a lithium battery for memory retention during an outage. I. A timed auxiliary contact (1 N.C.) adjustable 0-60 seconds shall be provided to allow motor loads to be disconnected prior to transfer in either direction. m. Provide a momentary pushbutton to bypass the time delays on transfer and retransfer and programmable commit/no commit control logic. Low Voltage Enclosed Automatic Transfer Switches 16476-9 E. Accessories 1. Provide the following accessories: a. Selector and Disconnect Switches. 1) 2) 3) 4) 5) 6) 2.05 SPARE PARTS Three-position selector switch; Stop/ Test/Automatic. Disconnect switch to disconnect engine starting circuit. Combination auto/manual retransfer selector switch. Automatic/manual operation for ATS. Maintained Auto - Maintained Test. Where neither source is a standby generator, provide a Source selector switch circuit to select either source as primary. A. Provide the following spare parts: 1. 3— Fuses of each 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 2.06 REMOTE MONITORING AND CONTROL INTERFACE A_ General: All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate connection box. No field connections shall be made directly to the equipment control devices. Functions to be brought out shall be as described on the drawings. B. Discrete control or status functions shall be form C relays with contacts rated at 120 volts AC. Analog signals shall be isolated from each other. 2.07 FACTORY TESTING A. The ATS 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 shall conform with the latest applicable requirements of ANSI, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 EXECUTION 3.01 INSTALLER'S QUALIFICATIONS A. Installer shall be specialized in installing ATSs with minimum 5 years documented experience_ Experience documentation shall be submitted for approval prior to beginning work on this project. 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Verify that the equipment is ready to install. C. Verify field measurements are as instructed by manufacturer. L.ow Voltage Enclosed Automatic Transfer Switches 16476•10 3.03 INSTAI.LATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. Install required safety labels. 3.04 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. . B. Check tightness of all accessible electrical connections. Minimum acceptable values are specified in manufactu�er's instructions. 3.05 FIELD ADJUSTING A. Adjust all ATSs for free mechanical and electrical operation as described in manufacturer's instructions. B. Adjust all circuit breakers, switches, access doors, operating handles for free mechanical and electrical operation as described in manufacturer's instructions. C. 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 as required in Section 16105 Power System Study. All such settings, including the application of arc flash labels,. shall have been made and Approved by the Owner/Engineer, prior to energizing of the equipment. 3.06 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer. Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance. Megger, for 1 minute, at minimum voltage of 1000 VDC. Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. 3.07 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. 3.08 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. 3.09 MANUFACTURER'S CERTIFICATION A. A qualified factory-trained manufacturer's representative shall certify in writing that the equipment has been installed, adjusted and tested in accordance with the manufacturer's recommendations. B. The Contractor shall provide three (3) copies of the manufacturer's representative's certification. Low Voltage Enclosed Automatic Transfer Switches 16476-11 3.10 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under this Section. B. The training shall be for a period of not less than one-half (1/2) 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 08�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 shall include instructions on the assembly, circuit breaker, 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 Enclosed Automatic Transfer Switches 16476-12 SECTION 16487 ELECTRICAL CONTROL PANELS (OEMs) PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish and instail functional control panels to manually or automatically operate control systems as specified in the detailed requirements of this Section, and logic and schematics as shown on the Electrical Drawings. B. Submittals for Electrical Control Panels, not clearly specified as Control Panels by the Electrical o� Mechanical equipment manufacturer, shall be submitted under this Section of the Specifications. Control panels specified in the Process Equipment Division or Mechanical Equipment Division, shall not be submitted under this Section. Control Panels for those Divisions, shall meet the requirements of Section 16487 Electrical Equipment Manufacturer's Control Panels, and shall be submitted as a part of the Equipment manufacturer's submittals or Process Equipment Division Submittals. Control panels specified for the Instrumentation Division shall be submitted as a part of the Instrumentation Division submittals. 1.02 RELATED WORK A. Section 13500 Programmable Logic Controller System B_ Section 16000 Electrical — General Provisions C. Section 16045 Electrical Support Hardware D. Section 16105 Power System Study E. Section 16196 Low Voltage Surge Protective Devices (SPDs) 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 01, Section 16000 and as specified herein. B. Provide systems engineering to produce coordination curves, showing coordination between breakers and/or fuses submitted, such that protective device coordination is accomplished. Such curves and settings shall be included as a part of these submittals. C. 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 above. Incomplete submittals not containing the required information on the related equipment will also be returned unreviewed. D. The original equipment manufacturer shall create all equipment shop drawings, including all wiring diagrams, in the manufacturePs 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 fite system. Photocopies of the Engineer's ladder schematics are unacceptable as shop drawings. E. Submit to the Owner/Engineer, shop drawings and product data, for the following: 1. Product data sheets and catalog numbers for overcurrent protective devices, motor starters, control relays, control stations, meters, pilot lights, etc. The manufacturer's Electrical Control Panels (OEMs) 16487-1 name shall be clearly visible on the each cut sheet submitted. List all options, trip 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. 2. Provide control systems engineering to produce custom unit elementary drawings showing interwiring and interlocking between components and to remotely mounted devices. Include and identify all connecting equipment and remote devices on the schematics. The notation "Remote Device" will not be acceptable. Show wire and terminal numbers. Indicate special identifications for electrical devices per the Drawings. 3. Equipment outline drawings showing elevation, plan and interior views, front panel arrangement, dimensions, weight, shipping splits, conduit entrances and anchor bolt pattern. Indicate all options, special features, ratings and deviations from this Section. 4. Schematic diagram, including manufacturer's selections of component ratings, and CT and PT ratios. 5. Power and control schematics including external connections. Show wire and terminal numbers, and color-coding. 6. Instruction and replacement parts books. 7. As-built final drawings. 8. Documentation that the panel assembly facility is a UL-508 certified panel shop_ 9. Facsimile of the UL label that is to be applied to the completed panel. 10. Furnish complete Bill of Materials indicating manufacturer's name and part numbers. 11. Manufacturer's cut sheets for every component used in the panel assembly adequately marked to show the items being included. The manufacturer's name shall be clearly visible on the each cut sheet submitted. 12. Assembly ratings including: a. Short-circuit rating b. Voltage c. Continuous current 13. Major component ratings including: a. Voltage b. Continuous current c. Interrupting ratings 14. Cable terminal sizes. 15. Instruction and renewal parts books. F. Factory Tests. Submittals shall be made for factory tests specified herein. G. Field Test Reports. Submittals shall be made for field tests specified herein. H. 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 Electrical Control Panels (OEMs) 16487-Z d. Record Documents for the information required by the Submittals paragraph above. I. The manufacturer shall submit for approval, a training agenda for all training specified herein. Training agenda shall not be submitted until �nal 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 — Standa�d For Electrical Safety in the Workplace 4. NFPA 79 — Electrical Standard for Industrial Machinery 5. UL 508/508A— Industrial Control Enclosures B. All equipment specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five years. When requested by the Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B The control panels shall be assembled in a UL-508 ce�tified facility. A submittal of documentation certifying that the panel fabrication facility is a UL-508 certified facility, is required. A UL label shall be affixed to the inside of the external doo� by the panel fabrication assembly. Submit a facsimile of the UL label in the submittal information. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. D. Control Panels submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. E. For the equipment specified herein, the manufacturer shall be ISO 9001 2000 certified. F. Equipment components and devices shall be UL labeled wherever UL standards exist for such equipment. The completed control panel shall be UL Labeled in accordance with UL 508 and 508A and other applicable UL standards. The panel shall also be Ul. labeled for the environment in which it is to be placed. A UL label shall be affixed to the inside of the external door by the panel fabrication assembly. Submit a facsimile of the UL label in the submittal information. 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 Owne�/Engineer 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. Electrical Control Panels (OEMs) 16487-3 B. Equipment sha�l be handled and stored in accordance with manufacturer's instructions. Two (2) copies of these instructions shall be included with the equipment at time of shipment, and shall be made available to the Contractor and Owner/Engineer. C. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall 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, 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 installed in permanent location, until equipment is placed in service. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for finro years from date of final 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 shall be performed by the Manufacturer, at no expense to the Owner. PART 2 PRODUCTS 2.01 MATERIAL MANUFACTURERS A. Subject to compliance with the Contract Documents, the following material Manufacturers are acceptable: 1. General Electric Co. 2. Eaton / Cutler-Hammer 3. Square D Co. 4. Allen Bradley 5. Siemens B. The listing of specific manufacturers above does not imply acceptance of their products that do not meet the specified ratings, features and functions. Materials listed above are not relieved from meeting these Specifications in their entirety. 2.02 RATINGS A. The service voltage shall be as specified and as shown on the Drawings. The overall short circuit withstand and interrupting rating of the equipment and devices shall be equal to or greater than the overall short circuit withstand and interrupting rating of the feeder device immediately upstream of the Control Panel, but not less than 22,000 amperes RMS symmetrical at 480/277 Volts, This includes all circuit breakers and combination motor starters. Systems of motor controllers employing series connected ratings for main and feeder devices shall not be used. Motor starter units shall be tested and UL 508A labeled for the specified short circuit duty in combination with the motor branch circuit protective device. B. There shall be selective device coordination befinreen the Main Breaker, Feeder Breakers and control circuit protective devices. When using a circuit breaker or fuses as a main protective Electrical Control Panels (OEMs) 16487-4 device, the instantaneous trip levels of the main protective device shall be higher than the available fault current to the control panel. If fuses are utilized in the control panel design, the protective devices for 3 phase loads shall contain single phase protection of such equipment. If a fault occurs in the circuit of one load of a design with a backup load, the feeder protective device shall not remove both loads from the control system. C. Use ground fault sensing on grounded wye systems. D. The complete control panel assembly shall be UL certified or carry a U� listing for "Industrial Control Panels". E. The control panel shall meet all applicable requirements of the National Electrical Code. F. Motor controllers, including associated devices, shall be designed for continuous operation at rated current in a 40 degree C ambient temperature. G. For additional ratings and construction notes, refer to the Drawings. H. The Manufacturer shall produce and install on each panel, an Arc Flash Warning Label listing the various Flash Hazard Protection Boundaries, calculated from NFPA 70E, Annexes, as listed below: 1. Flash Hazard Protection Boundary. 2. Limited Approach Boundary. 3. Restricted Boundary. 4. Prohibited Boundary. 5. Incident Energy Level. 6. Required Personal Protective Equipment Class. 7. Type of Fire Rated Clothing. I. Provide an Arc Flash Warning �abel, printed in color and affixed to the front of each panel provided. J. Shown below is a typical label. Size of each label shall be not less than 8 inches wide and 6 inches tall. � `� ������ Arc Flash and Shock Nazarc� _coNcm' IFFeM NwuMa11� Inc�rs _ PP'E Le+'at. � 19f.ack M�s�d b�Asrn Co+r+r {� ,,,,„,�,.. �, Ll�enktd Ap,pruaeR _ R�strWt►A MO�oio1. �. _ PtohllhHM AppfoaaA • FW�F+^5'n1lRrn�.- _. ..�......e __ Electrical Control Panels (OEMs) 16487-5 2.03 CONSTRUCTION A. General 1. Refer to Drawings for: actual layout and location of equipment and components; current ratings of devices, bus bars, components; protective relays, voltage ratings of devices, components and assemblies; and other required details. 2. Control units shall be arranged as shown on the Drawings. 3. Except for VFD equipment, 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), as specified in Section 16196, Individual Control Panel and Related Equipment Protection (Type 3). 4. Where Kirk-Key arrangements are used, the Kirk keyed interlocks shall be Kirk HD Series (Heavy Duty) 316 Series of 316 stainless steel, or approved equal. 5. 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 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .009 X'/2", or equal. Prior to installing the adhesive nameplates, the metal surFace shall be thoroughly cleaned with 70% alcohol until all residue has been removed. Epoxy adhesive or foam tape is not acceptable. 2) There shall be a master nameplate that indicates supply voltage equipment ratings, short circuit current rating, manufacturer's name, shop order number and general information. Cubicle nameplates shall be mounted on the front face, on the rear panel and inside the assembly, visible when the rear panel is removed. 3) 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 UniY' on main power disconnect or disconnects. b. Internal 1) Provide the panel with a UL 508A label. 2) Control components mounted within the assembly, such as fuse blocks, relays, pushbuttons, switches, etc., shall be suitably marked for identification, corresponding to appropriate designations on manufacturer's wiring diagrams. c. Special 1) Identfication nameplates shall be white with black letters, caution nameplates shall be yellow with black letters, and warning nameplates shall be red with white letters. 6. Control Devices and Indicators a. All operating control devices, indicators, and instruments shall be securely mounted on the panel door. All controls and indicators shall be 30mm, corrosion resistant, NEMA 4X/13. Booted control devices are not acceptable. Auxiliary contacts shall be Electrical Control Panels (OEMs) 16487-6 provided for remote run indication and indication of each status and alarm condition. Additional controls shall be provided as specified herein and as required by the detailed mechanical and electrical equipment requirements_ b. Indicator lamps shall be �ED 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 Breaker 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, LOCAL-OFF-REMOTE, etc) shall be as shown on the Drawings. Units shall have the number of positions and contact arrangements, as required. Each switch shall have an extra dry contact for remote monitoring_ d. Pushbuttons, shall be as follows: 1) Red for STOP, Valve OPEN, Breaker C�OSE and mushroom Red for - EMERGENCY STOP. 2) Green for START, Valve CLOSE and Breaker OPEN. 3) Black for RESET. e. Furnish nameplates for each device. All nameplates shall be laminated plastic, black lettering on a white background, attached with stainless steel screws. Device __ mounted nameplates are not acceptable. 7. 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, and shall be not less than 100VA. 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 shall be fused. 8. 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 7/4X cast aluminum. 9. 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. Meter shall be as specified in Section 16195. B. Enclosure Types 1. 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. a. Enclosures constructed for either indoor or outdoor use in hazardous (classified as Class 1, Division 1, Groups A, B, C, or as de�ned in NFPA 70. Boxes shall be copper- free aluminum, with stainless steel hinged cover, watertight neoprene cover gasket Electrical Control Panels (OEMs) 16487-7 with stainless steel bolts. All penetrations shall be factory drilled and tapped. Enclosures shall be Type EJB Style C as manufactured by the Crouse-Hinds Co.; Appleton Electric Co. or approved equal. 2. NEMA 4X 316 Stainless Steel enclosures for all areas, unless specificaliy stated otherwise, or shown on the Drawings. a. Wall Mounted 1) Enclosures shall be NEMA Type 4X of 316 stainless steel with mounting lugs or brackets made on the enclosure suitable for wall mounting. Enclosures shall not have holes or knockouts. Enclosures shall not be less than .080 in. thick, gauge metal. All enclosures shall have continuous hinged, foam-in-place gasketed doors with handle latch, 3-point above 20" x 20°. All enclosures shall have bonding provisions on door. Enclosures shall be L.HCXXXXXXSS6 Series with Hoffman APWKXXXXNFSS Window Kit, where shown on the Drawings, as manufactured by Hoffman Engineering Co. or equal. 3. NEMA Types 1 or 1A enclosures will not be permitted, unless specifically stated in the Specification for the equipment, or shown on the Orawings. 4 All panels installed outdoors shall have a factory applied, suitable primer and final coat of weather-proof white paint. 5. Each enclosure shall incorporate a removable back panel, and side panels, on which control components shall be mounted. Back panel shall be secured to the enclosure with collar studs for wall mounted enclosures, and 316 SS hardware for free standing enclosures. The enclosure door shall be interlocked with the main circuit breaker by a door mounted operating mechanism. Back panel shall be tapped to accept all mounting screws. Self-tapping screws shall not be used to mount any components. 6. All enclosures shall be padlockable. 7. The enclosure outer door shall have a rear mounted pocket, containing laminated copies of the Control schematics. 8. Overload tables shall be laminated and adhered to the inside of the door. C. Environmental Conditioning 1. Condensation Control a_ A self-contained enclosure condensation heater with thermostat and fan shall be mounted inside the control panel, if panel is mounted outdoors or in a non-air- conditioned space. 1) Enclosure heaters shall be energized from 120 volt, single-phase power supply and sized to prevent condensation within the enclosure. 2) Locate enclosure heaters to avoid overheating electronic hardware or producing large temperature fluctuations on the hardware. 3) Enclosure heaters shall have an internal fan for heat distribution and shall be controlled with adjustable thermostats. The thermostat shall have an adjustment range of 40 degrees Fahrenheit to 90 degrees Fahrenheit. Provide a circuit breaker or fused disconnect switch within the enclosure. 4) Enclosure heaters shall be Hoffman type DAH or equal. Electrical Control Panels (OEMs) 16487-8 b. Strip heaters may be provided if they are 240 volt rated, powered at 120 volts AC and do not have a surface temperature higher than 60°C. Strip heaters and thermostats shall be as manufactured by Chromalox or equal. 1) Strip heaters shall be Chromalox, Type OT, 1.5-in wide, 240 Volts, single phase, 150 watts, energized at 120 volts, with rust resisting iron sheath, Catalog No. OT- 715, Product Code No. 129314, or equal. Provide sufficient wattage in heaters to prevent condensation should the interior temperature of the enclosure drop below the dew point. 2) A control thermostat mounted inside the control Panel shall be Chromalox, Type WR, single stage, Catalog No. WR-80, Product Code No.263177, or equal. 3) The strip heater terminals shall be guarded by a protective terminal cover. 4) High temperature connecting lead wire shall be used between the thermostat and ihe heater terminals. Wire shall be No. 12 AWG stranded, nickel-plated copper with Teflon glass insulation and shall be the product of Chromalox, Catalog No. 6- CFI-12, Product Code No. 263783, or equal. c. Each panel shall have a'/2" stainless steel condensate drain, installed on a stainless steel conduit hub, HGTZ Series, T8�B or equal, in the bottom of the enclosure. Drain shall be O-Z GedneyDBB-50SS, or equal. 2. Corrosion Control a. Provide corrosion protection in each control panel with a corrosion-Inhibiting vapor capsule as manufactured by Northern Instruments; Model Zerust VC, or Hoffman Engineering; Model A-HCI, or equal. D. Internal Wiring 1. Power and control wiring shall be tinned stranded copper, minimum size No. 14 AWG, with 600 Volt, 90 degree C, flame retardant, Type MTW thermoplastic insulation. Line side power wiring shall be sized for the full rating or frame size of the connected device, and as shown on the Drawings. 2. Analog signal wires shall be 600 Volt Class, insulated stranded tinned copper, twisted shielded #16 AWG pair. 3. All interconnecting wires between panel mounted equipment and external equipment shall be terminated at numbered terminal blocks. Field wiring shall not be terminated directly on any panel-mounted device. 4. 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 rype similar to Raychem TMS-SCE, or equal. 5. All wiring shall be enclosed in PVC wire trough with slotted side openings and removable _ cover. Plan wire routing such that no low finristed shielded pair cable conducting analog 4- 20 mA signals or low voltage analog signals are routed in the same wire trough as conductors carrying disc�ete signals or power. 6. All control panel wiring shall use the following color code. a. Black: AC power at line voltage b. Red: switched AC power c. Orange: May be energized while the main disconnect is in the off position Electrical Control Panels (OEMs) 16487-9 d. White: AC neutral e. Orange/white stripe or white/orange stripe: separate derived neutral e. Red/white stripe or white/red stripe: switched neutral f. Green or green w/ yellow tracer: ground/earth ground g. Blue: Ungrounded DC power h. Blue/white stripe or white/blue stripe: DC grounded common Brown: 480V AC 3 phase - phase A Orange: 480V AC 3 phase - phase B k. Yellow: 480V AC 3 Phase - phase C Purple: common for analog signal wiring m. Brown: positive leg of an analog signal E. Field Installed Internal Wiring 1. Field installed interior wiring shall be neatly 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. 2. All 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 3. In general, all conduit entering or leaving equipment shall 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 Owner/Engineer. F. Terminal Blocks 1. Terminal blocks shall be DIN-rail-mounted one-piece molded plastic blocks with tubular- clamp-screw type and end barriers. Terminal blocks shall be rated for 600 volts except for control and instrumentation circuits, or 4-20 mA analog signal conductors. 2_ Provide 600 volt rated terminal blocks for any conductor carrying any voltage over 120 volts to ground. 3. Provide 600 volt rated strap screw terminal blocks for any power conductors carrying over 20 amps, at any voltage. Terminals shall be double sided and supplied with removable covers to prevent accidental contact with live circuits. 4. Power conductors carrying over 20 amps, ai any voltage shall be terminated to strap- screw type terminal blocks with crimp type, pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for the terminal block screws and for the number and size of the wires terminated. Do not terminate more than one conductor in any lug, and do not land more than two conductors under any strap-screw terminal point. 5. Terminals shall have permanent, legible identification, clearly visible with the protective cover removed. Each terminal block shall have 20 percent spare terminals, but not less than two spare terminals. 6. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating common or ground conductors. Electrical Control Panels (OEMs) 16487-10 7. Twisted shielded pair or triad cables shall have each individual conductor and shield drain wire landed on individual terminal blocks. Use the manufacturer's provided bridge connectors to interconnect terminal blocks terminating the shield drain wire conductors. 8. Control circuits, 120 volts and below, and 4-20 mA analog signal conductors shall be terminated with manufacturer's recommended insulated connectors. 9. Provide an AC ground bar bonded to the panel enclosure (if inetal) with 20 percent spare terminals. 10. Provided ground terminal blocks for each finristed-shielded pair drain wire. 2.04 SERVICE ENTRANCE DEVICE A. Where the Control Panel is rated and used as a service entrance panel, the manufacturer --- shall fumish factory installed in the Control Panel, a dedicated (SPD) (Type 2), permanently connected, Surge Protective Device on the load side of the service entrance panel, as specified in Section 16196 Low Voltage AC Surge Protective Devices (SPDs). 2.05 MAIN CIRCUIT PROTECTIVE DEVICE A. Unless otherwise shown on the Drawings, the main circuit protective device shall be a molded _ case (MCCB), 3 Pole, 600 Volt, fixed type, manually operated with stored energy closing mechanism. Trip device shall be solid state with adjustable long time pickup, and delay; adjustable short time pickup and delay; short time i2t switch. B. Provide a flange mounted main power disconnect operating handle with mechanical interlock having a bypass that will allow the panel door to open only when the switch is in the OFF position. Where panels are shown or specified with inner and outer doors, disconnecting handles and controls shall be located on the inner door. 2.06 MOTOR CONTROLLERS A. Manufacturers 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Cutler Hammer b. General Electric Company c. Allen Bradley d. Square D e. Siemens 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. General 1. The Drawings indicate the approximate horsepower and intended control scheme of the motor driven equipment. Provide the NEMA size starter, circuit breaker trip ratings, control power transformers and thermal overload heater element ratings matched to the motors and control equipment actually supplied, in compliance with the NEC and the manufacturer's heater selection tables. All variations necessary to accommodate the motors and controls as actually fumished shall be made without extra cost to the Owner. Electrical Control Panels (OEMs) 16487-11 2. Furnish lugs for incoming wiring, sizes as shown on the Drawings. Allow adequate clearance for bending and terminating of cable size and type specified. 3. A NEMA rated magnetic motor starter shall be furnished for each motor. Each motor starter shall be provided with a motor circuit protector, or circuit breaker, and equipped to provide undervoltage release and overload protection on all three phases. The short circuit protective device shall have an adjustable magnetic trip range up to 1400 percent of rated continuous current and a trip test feature. MCPs shall be labeled in accordance with UL489. NEMA starter sizes and breaker trip ratings shall be as required for the horsepower indicated, but shall be in no case less than NEMA Size 1. If the manufacturer of the equipment utilizing the motor, supplies a motor horsepower larger than that shown on the Drawings, the Contractor shall supply a motor starter sufficient in size to control the motor supplied. 4. A mechanical disconnect mechanism, with bypass, shall be installed on each motor circuit protector, capable of being locked in the "OFF" position to provide a means of disconnecting power to each motor. Disconnects mechanisms shall be located inside the enclosure such that the main circuit breaker handle is the only device interlocked with the panel door_ 5. Each motor starter shall have a 120 volt operating coil unless otherwise noted. 6. Overload relays shall be standard Class 20, ambient compensated, manually reset by pushbutton located on front of the starter door. A normally closed contact shall be directly used in the start circuit and a normally open contact shall be wire to a terminal board for overload alarm_ 7. All interfaces between control panel and remote devices shall be isolated via an interposing relay. Interposing relays shall have contacts rated for 250 VAC and 10 Amps continuous. Relays shall be Control Relays as specified herein. C. Magnetic Motor Starters 1. Motor starters shall be 2 or 3 pole, single or 3 phase as required, 60 Hertz, 600 volt, magnetically operated, full voltage non reversing. NEMA sizes shall be as required for the horsepower shown on the Drawings. 2. Each motor sta�ter shall have a 120 volt operating coil, and control power transformer. Sta�ters shall have motor overload protection in each phase. Auxiliary contacts shall be provided as shown on the Drawings. A minimum of one N.O. and one N.C. auxiliary contacts shall be provided in addition to the contacts required. 3. Overload relays shall be adjustable, ambient compensated and manually reset. 4. Built in control stations and indicating lights shall be furnished where shown on the Drawings. 5. All wires shall be terminated on terminal blocks and shall be tagged. 6_ Provide as built wiring diagram and post it in a protective cover inside the cell. D. Contactors 1. Contactors shall be a circuit breaker and contactor, 600 Volt, 3 Pole, 60 Hz, magnetically operated. NEMA size shall be as required for the kilowatt ratings required for the equipment provided, but shall be not less than NEMA size 1. 2_ Contactors shall have a 120 Volt operating coil and control power transformer. Furnish the control power transformer with extra capacity for the unit heater fan. Electrical Control Panels (OEMs) 16487-12 3. Combination Contactors used for lighting control shall be as specified herein, magnetically operated, with the number of channels and poles as shown on the Drawings. Each contactor shall be controlled by an Astronomic Time Clock Tyco Model TC-100 or approved equal, 3000VA photo control Precision Controls Model T-368-AL or approved equal, or a combination of both clock and photo control, all as shown on the Drawings. The photocell shall be separately located as shown on the Drawings. The photocell enclosure shall be as required by the area classification. E. 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, '/ HP at 120 VAC, operating temperature minus 10 to plus 55 degrees C. Provide spare N.O. & N.C. contacts. Relays shall be Potter 8� Brumfield KRP Series or equal with neon coil indicator light. Timing relays shall be 300 Volt, solid state type, with rotary switch to select the timing range. F. Elapsed Time Meter 1. Where an elapsed time meter is specified or shown on the Drawings, a six digit, electromechanical, non-resettable elapsed time meter shall be installed on the face of each motor starter. It shall be rated 120VAC, 60Hz, operating temperature range of -40°F to 185°F, with a resolution of 0.1 hour, accuracy of 0.02%, and a capacity of up to 9999_9 hours (automatic recycle at zero). It shall be rectangular 0.95" x 1.45" or larger with screw terminals. Subject to compliance with the Contract Documents, the manufacturer shall be a Veeder-Root Model 779536-201 or approved equal. 2.07 PROGRAMMABLE LOGIC CONTROLLER (PLC) A. Where the control panel contains a programmable logic controller (PLC) for programming of the control logic, as shown on the Drawings, the PLC shall be as specified in Section 13500 Programmable Logic Controllers. The manufacturer shall provide the address list, and the interface to connect to the Owner's plant monitoring system for monitoring of the P�Cs operation. B. Provide a scripted program file for all PLCs. C. The equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 16196 Individual Control Panel and Related Equipment Protection (Type 3). D. The manufacturer shall provide the address list and an Ethernet interface to connect to the Owner's plant monitoring system for monitoring of the PLC's operation. 2.08 REMOTE MONITORING AND CONTROL INTERFACE A. General: All control and interconnection points from the equipment to the plant control and monitoring system shall be brought to a separate connection box. No field connections shall be made directly to the equipment control devices. B. Discrete control or status functions shall be form C relays with contacts rated at 120 volts AC. Analog signals shall be isolated from each other. C. Equipment functions to be directly interfaced to the Plant Control and Monitoring System, shall be designed for operation with an Ethernet Connection. Electrical Control Panels (OEMs) � 16487-13 D. The equipment manufacturer shall factory enter the proper IP Address for such connection. Upon request by the Contractor, the Owner/Engineer will provide the proper Internet Protocol Address (IP Address), to be configured by the equipment manufacturer. E. Refer to the drawings for monitored parameters. F. Communication 1_ For remote monitoring, one of the following communication capabilities shall be provided: a. One integral 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and SNMP protocols. b. One media protocol converter, interfacing the provided equipment to a 10/100BaseT Ethernet port supporting Modbus TCP, Ethernet IP and 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 shall exist and be readable to allow simple, predictable "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 protocol 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 �ED 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. 2.09 SPARE PARTS A. Provide the following spare parts for each control panel in the quantities specified: 1. One-half dozen replacement fuses, all types and sizes 2. One replacement lamp, of each color, for pilot lights 3. One of each color replacement lens caps for pilot lights 4. One starter coil for each NEMA size furnished 5. One, 3-pole set of replacement overload heaters of each size range used 6. One, 3-pole set of starter contacts of each [NEMA] size used. 7. One can of aerosol touch-up paint. B. Spare parts shall be boxed or packaged for long term storage. Identify each item with manufacturer's name, description and pa�t number on the exterior of the package. Electrical Control Panels (OEMs) 16487-14 2.10 FACTORY TESTING A. The entire control panel 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 shall 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 control devices shall be fed into the boards to check for proper operation. D. Factory test equipment and test methods shall conform to the latest applicable requirements of ANS1, IEEE, UL, and NEMA standards, and shall be subject to the Owner/Engineer's approval. PART 3 EXECUTION 3.01 INSTA�LER'S QUALIFICATIONS A. Installer shall be specialized in installing this type of equipment with minimum five years documented experience. Experience documentation shall be submitted for approval prior to beginning work on this project. 3.02 EXAMINATION A. Examine installation area to assure there is enough clearance to install the equipment. B. Housekeeping pads shall be included for the floor mounted motor controllers as detailed on the Drawings with the exception of motor controllers which are to be installed adjacent to an existing unit. Housekeeping pads for these (if used) should match the existing installation. C Check concrete pads and baseplates for uniformity and level surface. D. Verify that the equipment is ready to install. E. Verify field measurements are as instructed by manufacturer. 3.03 INSTALLATION A. The Contractor shall install all equipment per the manufacturer's recommendations and Contract Drawings. B. 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 T8�B H150GRA Series, or equal. C_ Conduits entering a control Panel or box containing electrical equipment, shall not enter the enclosure through the top. D. Install required safety labels. 3.04 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. Electrical Control Panels (OEMs) 16487-15 3.05 FIELD QUALITY CONTROL A. Inspect installed equipment for anchoring, alignment, grounding and physical damage. B. 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 handles for free mechanical and electrical operation as described in manufacturer's instructions. 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 as required in Section 16105 Power System Study. All such settings, including the application of arc flash labels, shall have been made and App�oved by the Owner/Engineer, prior to energizing of the equipment_ 3.07 FIELD TESTING A. Perform all electrical field tests recommended by the manufacturer_ Disconnect all connections to solid-state equipment prior to testing. B. Megger and record phase to phase and phase to ground insulation resistance. Megger, for 1 minute, at minimum voltage of 1000 VDC. Measured Insulation resistance shall be at least 100 megohms. In no case shall the manufacturer's maximum test voltages be exceeded. C. Test each key interlock system for proper functioning. D. Test all control logic before energizing the motor or equipment. 3.08 CLEANING A. Remove all rubbish and debris from inside and around the motor controllers. 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 soft start starters 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. Electrical Control Panels (OEMs) 16487-16 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 08�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 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 Electrical Control Panels (OEMs) 16487-17 SECTION 16500 �IGHTING SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK - A. Furnish all labor, materials, equipment and incidentals required and install a complete lighting system ready for operation as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Section 16000 Electrical — General Provisions B. Section 16045 Electrical Support Hardware. C. Section 16475 Low Voltage Enclosed Circuit Breakers and Disconnect Switches 1.03 SUBMITTALS A. Submittals shall be made in accordance with the requirements of Division 01, Section 16000 and as specified herein. B. 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 above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. C. Manufacturer's technical info�mation for the materials proposed for use in the systems. D. For all light pole foundations shown to be installed in earth, provide installation and anchoring drawings that are stamped and sealed by a licensed engineer in the state of [Texas] [Other]. The soil condition shall be assumed to be disturbed earth. If compaction is assumed, a compaction test shall be performed on all foundation locations, showing the minimum field density assumed in the foundation design. 1.04 REFERENCE CODES AND STANDARDS A. ANSI C78 Single Ended Metal Halide Lamps B. ANSI C78.42 High Pressure Sodium l.amps C. ANSI C78.42 Incandescent Lamps D. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUAUTY ASSURANCE A. All fixtures shall be of the energy-efficient type. B. The manufacturer of these materials shall have produced similar lighting fixtures for a minimum period of five years. When requested by the Owner/Enginee�, an acceptable list of installations with similar systems shall be provided demonstrating compliance with this requirement. C. Equipment submitted shall fit within the space shown on the Drawings. Equipment which does not fit within the space is not acceptable. Lighting System 16500-1 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 Owner/Engineer 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. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. C. Protect painted surfaces against impact, abrasion, discoloration, and other damage. Repaint damaged painted surFaces to the satisfaction of the Owner/Engineer. D. Equipment shall be installed in its permanent 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, at the Contractor's expense, until such time that the site is ready for permanent installation of the equipment. E. Shipping groups shall be designed to be shipped by truck, rail, or ship. Indoor groups shall be bolted to skids. Breakers and accessories shall be packaged and shipped separately. F. Where space heaters are provided in equipment, provide temporary electrical power and operate space heaters during storage, and after equipment is installed in permanent location, until equipment is placed in service. 1.07 WARRANTY A. The Manufacturer shall warrant the system and equipment to be free from defects in material and workmanship for two years from date of final 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 shall be performed by the Contractor at no expense to the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. Lighting fixture manufacturers and types as required by the "Lighting Fixture Schedule" on the Drawings. 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. Where specified to match existing fixtures, fixtures of the same manufacturer and type shall be installed. 2.02 LIGHTING FIXTURES A. General 1. All lamps shall be of one manufacturer and shall be as manufactured by Osram/Sylvania Electric Products, Inc.; General Electric Co.; North American Philips Lighting Corp. or equal. 2. All ballasts shall be U� listed, ETL certified, Class "P", high power factor (minimum 0_90). Lighting System 16500-2 3. Ballasts shall have an "A" sound rating or better. 4. All ballasts used in exterior applications shall have a minimum starting temperature of 0 degrees F unless othennrise specified. 5. All interior ballasts shall have a minimum starting temperature of 50 degrees F. 6. Ballasts shall be parallel wired type and designed to operate the number and length of lamps specified. 7. The total harmonic distortion (THD) of each ballast shall be 10% or less. 8. Ballasts shall have a minimum ballast factor of 0.88 = N and as specified in the fixture schedule. 9. Ballasts shall have nominal power factor 0.90 or higher. 10. Ballasts shall have a maximum lamp current crest factor of 1.4. 11. Ballast shall provide normal rated life for the lamp specified. 12. All electronic ballasts shall be warranted for parts and replacement for 5 full years from the date of installation. 13. All ballasts shall be as manufactured by G.E., Advance, Model Mark V, similar by Osram/Sylvania; MagneTek or equal. 14. Where the equipment contains a programmable logic controller (P�C) or a uninterruptible power supply (UPS), the equipment manufacturer shall furnish factory installed, a dedicated Point of Utilization Device (SPD), as specified in Section 16196, Individual Control Panel and Related Equipment Protection (Type 3). B. Fixed Mount 1. Fluorescent Fixtures a. Lamps 1) Furnish high lumen fluorescent lamps where listed. 2) Linear fluorescent lamps shall be T8 or T5 as required by the fixture, rapid/instant start, tri-phosphor, minimum CR186, and compact types all as shown on the "Fixture Schedule". --- b. Ballasts 1) All linear fluorescent light fixtures shall have an electronic ballast unless otherwise noted on the Lighting Fixture Schedule. 2. High Pressure Sodium Fixtures a. l.amps 1) Dual arc tube HPS as shown on the "Lighting Fixture Schedule." 2) High pressure sodium lamps shall be clear, non-cycling, and of the size and type as shown on the "Lighting Fixture Schedule." b. Ballasts 1. High pressure sodium ballasts shall be of the constant wattage type, with multi- tap windings, of the correct size and voltage for the fixture it is to serve as shown on the "Lighting Fixture Schedule". Lighting System 16500-3 3. Metal Halide Fixtures a. Lamps 1) Metal halide lamps shall be clear pulse-start, and of the size and type as shown on the "Lighting Fixture Schedule." b. Ballasts 1) Pulse-start metal halide ballasts shall be of the constant wattage auto-transformer type, with a minimum efficiency of 88%, for lamp wattages from 150W to 500W. Z) Non-pulse start electronic ballasts shall have an efficiency of 92 percent for wattages greater than 250 Watts and a minimum efficiency of 90 percent for wattages less than or equal to 250 Watts. 4. Incandescent Fixtures a. Lamps 1) Incandescent lamps shall be compact fluorescent self ballasted, minimum 1000 hours. C. Emergency Lighting Battery Units 1. Emergency lighting units and remote lighting heads shall be as specified in the "Lighting Fixture Schedule" shown on the Drawings. 2. Battery units shall be of the self-contained, fully automatic type with sealed lead acid batteries, volt-meters and time delay relays where used in H.I.D. lighted areas. 3. Unit enclosures shall be compatible to their environment and units shall comply with the requirements of NFPA 70 (NEC). 4. All necessary mounting hardware shall be provided. D. Flexible Fixture Hangers 1_ Flexible fixture hangers used in non-hazardous areas shall be type ARB and flexible fixture supports used in hazardous areas shall be Type ECHF as manufactured by the Crouse-Hinds Co., similar by Appleton Electric Co.; Killark Electrical Mfg. Co. or equal. E. Lamp Changing Equipment 1. Lamp changing equipment shall be able to handle BT-37, ED-18, ED-23-1/2 and ED-28 type H.I.D. lamps in open luminaries. 2. Equipment shall consist of three 5-ft steel poles each similar and equal to McGill Catalog No. 160-P and two lamp holde�s similar and equal to McGill Catalog Nos. 158C and 161 C. PART 3EXECUTION 3.01 INSTALLATION A. The location of lighting fixtures shown on the Drawings is approximate. The Contractor shall install the lighting fixtures after major ducts and piping are installed, to avoid conflicts. He shall install the fixtures to avoid shadows and blocking of light, relocating the fixtures as necessary, at no cost to the Owner. B. Each fixture shall be a completely finished unit with all components, mounting and/or hanging devices necessary, for the proper installation of the particular fixture in its designated location and shall be completely wired ready for connection to the branch circuit wires at the outlet. C. All flush mounted fixtures shall be supported fro3m the structure and shall not be dependent on the hung ceilings for their support. Lighting System 16500-4 D. Fixtures noted to be installed flush in suspended ceilings shall be of mounting types suited for the type ceiling involved. Troffers (2 X 4), provided in suspended ceiling grids, shall be installed with safety clips to hold the fixture securely in the ceiling grid. It shall be the responsibility of the Contractor to verify the ceiling types prior to ordering fi�ures. E. Flexible fixture hangers shall be used for all pendant mounted fixtures. Fixtures 2-ft long and larger shall be supported with a minimum of two fixture hangers. F. Conduit run in areas with hung ceilings shall be installed in the space above the hung ceiling as close to the structure as possible. Conduits shall be supported from the structure. G. Exterior lighting poles shall be mounted plumb. H. Fixture locations are shown on the Drawings in approximate locations; however exact locations shall be coordinated so as to avoid conflicts with HVAC ducts, equipment and other obstacles. 3.02 REPLACEMENT A. Lamps (except for H.I.D.) used during the building construction, prior to 2 weeks from completion of the work, shall be removed and replaced with new lamps. 3.03 CLEANING UP A. Plastic dust cover bags to be provided with new parabolic reflector lighting fixtures shall be removed after all construction activity that may cause dust formation on reflector surfaces has been completed. B. All fixtures shall be left in a clean condition, free of dirt and defects, before acceptance by the Owner/Engineer. END OF SECTION - Lighting System 16500-5 SECTION 16600 UNDERGROUND SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK A. Fumish and instail a complete underground system of raceways, manholes and handholes as shown on the Drawings and as specified herein. B. Raceways for use in structural concrete is specified in Section 16110 Raceways, Boxes and Fittings. 1.02 RE�ATED WORK A. Section 16000 Electrical — General Provisions B. Section 16045 Electrical Support Hardware C. Section 16110 Raceways, Boxes and Fittings D. Section 16120 Wire and Cables (600 Volt Maximum). 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 01 and Section 16000, shop drawings and product data, for the following: 1. Manholes, handholes and associated hardware. 2. Plastic duct spacers B. Submittals shall also contain information on related equipment to be furnished under this Specification but described in the �elated Sections listed in the Related Work paragraph above. Incomplete submittals not containing the required information on the related equipment will be returned unreviewed. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this speci�cation 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 Workplace 3. ASTM A615/A615M-06a — Standard Specification for Deformed and Plain Carbon-Steel Bars for concrete Reinforcement 4. ASTM A48 — Standard Specification for Gray Iron Castings 5. ASTM A536 - Standard Specification for Ductile Iron Castings 6. AASHTO M306-04/ ASTM A48 — Drainage Structure Castings, Section 7.0 Proof Load Testing 7. ASTM C-850- Specifications for underground precast concrete utility structures Underground System 16600-1 B. All excavation, trenching, and related sheeting, bracing, etc., as shown on the Drawings and listed in these Specifications, shall comply with the following standards (unless otherwise noted): 1. Occupational Safety and Health Administration (OSHA) a. Excavation safery standards (29 CFR Part 1926_650 Subpart P) - Excavation. 2. American Society for Testing and Materials (ASTM) a. ASTM D 698a — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600kN-m/m3)). C. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 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 Owner/Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. B. The precast manholes shall be manufactured in a NPCA (National Precast Concrete Association) Certi�ed Plant. 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 Owner/Engineer 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 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 or jobsite exposure will be rejected. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for finro years from date of final 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 materials shall be performed by the Contractor at no expense to the Owner. PART 2 PRODUCTS 2.01 MATERIA�S A. Raceway System 1. Raceway system shall be Schedule 40 PVC Rigid Nonmetallic Conduit (RNC), designed for use aboveground and 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. Minimum raceway size shall be 2 inch. Fittings shall be manufactured to NEMA TC-3, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Carlon, Kraloy, or approved equal. Underground System 16600-2 2. Raceway system shall be Schedule 40 PVC Rigid Nonmetallic Cellure Core Conduit (RNC), designed for use aboveground and 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 37WC specifications. Minimum raceway size shall be 2 inch. Fittings shall be manufactured to NEMA TG-2, Federal Specification WC1094A and UL 514B. Conduit shall have a UL Label. Conduit shall be Rocky Mountain Colby Pipe Co., or approved equal. For use where the raceway system contains radio communication cables. 3. PVC coated rigid aluminum conduit shall have a minimum 0.040-in thick, polyvinyl chlo�ide coating permanently bonded to rigid aluminum conduit and an internal chemically cured urethane or enamel coating. Rigid aluminum conduit shall be as manufactured by the Allied Tube and Conduit Corp.; Wheatland Tube Co.; Triangle PWC Inc. or 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 shal! be as manufactured by Perma-Cote, Robroy Industries, Triangle PWC Inc. or Ocal. Anyfield bends shall be made using equipment designed to prevent damage to the PVC coating. 4. All underground raceways of the underground system, terminating in manholes or handholes shall use terminators of the same size and type as the raceway 5. Blank Duct Plugs shall be sized for the duct installed on, and shall be TYCO Type JM- BLA-XXDXXXCR, with rubber gasket, or approved equal. 6. Duct spacers shall be as manufactured by Carlon or equal. 7. Where raceways terminate into existing and new manholes, handholes or structures, the duct bank steel shall be anchored into the manhole, handhole or structure with a Hilti HIT 150 MAX epoxy anchoring system. The termination of the duct bank steel shall utilize a minimum 24 inch length of reinforcing bar anchored not less than 4 inches into the manhole, handhole or structure wall, and lapped into each reinforcing bar in the duct bank. 8. Concrete encasement for raceways and duct banks shall be normal weight concrete weighing not more than 145 pcf with compressive strength, a minimum of 3000 psi, or greater if required by other Divisions of the Specifications, at 28 days, Concrete shall have crushed aggregate with a maximum size of 3/-inch, a slump of 4— 6 In. and flow freely without the use of vibrators. Install red dye of 40 Ibs per 10 cy. of concrete, installed in the truck at the concrete plant. 9. Reinforcing steel shall comply with ASTM A615 Grade 60 and of a size and installation as shown on the Drawings. B. Manholes and Handholes 1. General a. Manholes and handholes shall be of the precast concrete type, designed for a Class H20 load with sizes as shown on the Drawings, and as manufactured by Oldcastle Precast, Mansfield, TX, or approved equal. 2. Construction a. Concrete for manholes and handholes shall have a 28-day compressive strength of 5000 PSI. Cement shall be Type 1 or 111. Reinforcing steel shall be Grade 60 with yield strength of 60,000 P.S. Design loadings shall be H-20-44 w/impact. b. The top of all manholes shall be field removable and have stainless steel lifting eyes. c. Duct bank entries into the manhole or handhole shall be centered on the entering wall, and shall contain the appropriate number and size of duct terminators to match the corresponding duct bank. Underground System 16600-3 d. Each manhole and handhole shall have a minimum size of 12" x 12" x 2" deep concrete sump in the middle of the floor of the manhole or handhole, or as shown on the Drawings. 3. Manhole Covers a. Unless otherwise shown on the Drawings, manhole and handhole covers shall be heavy duty 36 in. machined gray iron, and AASHTO M306-04/ ASTM A48 CL35B Min., 40,000-pound proof load value (Class H20 X 2.5) "True Traffic" load covers, complete with frame, and "Electric" or "Communicationn raised lettering recessed flush, as required, on the cover. Covers shall be V-1600-5, with drop handles as manufactured by East Jordan Iron Works, Ardmore, OK All castings shall be made In the USA, cast with the foundry's name, part number, "Made in USA", and production date (example: mm/dd/yy). Castings without proper markings will be rejected. Manufacturer shall certify that all castings conform to the ASTM and AASHTO Designations as specified herein. All casting shall be true to pattern in form and dimension, free from pouring faults, sponginess, cracks, blow holes and other defects in positions affecting strength and value for the service intended. Angles shall be filleted, and arises shall be sharp and true. 4. Hardware a. Cable racks shall be of the heavy duty non-metallic type with arm lengths of 8", 14" and 20�, each supporting a load of not less than 250 Ibs. at the outer end. Racks shall be molded in one piece of U.L. listed glass reinforced nylon, Catalog CR36N with RA08N, RA14N and RA20N arms as manufactured by Underground Devices Inc. Northbrook, IL. Cable racks shall be secured to the manhole and walls by drilled, Hilti HIT-HY 150 MAX epoxy anchoring system, with Hilti 316 stainless steel bolts. Arms for racks shall be vertically spaced not greater than 24" on centers. b. Pulling irons shall be of copolymer polypropylene coated'/" dia. cable, with a rated pulling strength of 7500 Ibs and a polyethylene pulling iron pocket, all recessed in the manhole wall opposite each duct entry. Pulling irons for handholes shall have the pulling iron located in the floor of the handhole near the center of the handhole opposite the duct entry_ Pulling irons shall be as manufactured by M.A. Industries, Inc. Peachtree, GA. or Bowco Industries, Portland OR. c. Manhole and handhole ladders shall be constructed of fiberglass reinforced plastic, safety yellow, 18" rung width with 12" rung spacings, Safrail as manufactured by Strongwell Corp., Bristol, VA. Furnish a total of two ladders, each of a length 4' greater than the deepest manhole in the underground system. C. Polyethylene Warning Tape 1. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: a. Brady Detectable Identoline 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_ 3. Warning tape shall be metal detectable polyester with subsurface graphics, black�letters on red tape. The tape shall meet the OSHA 1926.956(c)(1), 2in minimum width, for location tracing_ Underground System 16600-4 PART 3 EXECUTION 3.01 GENERA� A. The Contractor shall field verify the routing of all underground duct banks before placement. He shall modify the routing as necessary to avoid underground utilities or above ground objects. Modification or rerouting for the convenience of the Contractor, or to reduce the length of duct run as designed, will not be permitted. The Contractor shall provide any alternate routing of the duct banks to the Owner/Engineer and, after approval, shall proceed with the installation. B. All changes of direction, less than 20 degrees, shall be made using a hotbox, strictly in conformance with the conduit manufacturer's instructions. Changes of direction greater than 20 degrees shall be accomplished using long radius bends of PVC coated rigid aluminum conduit. C. The Contractor shall saw cut and repair existing pavements above new and modified existing duct banks. The Contractor shall provide the alternate routing of the duct banks to the Owner/Engineer and after approval shall proceed with the installation. D. Install raceways to drain away from buildings. Raceways between manholes or handholes shall drain toward the manholes or handholes. Raceway slopes shall not be less than 3 in per 100 ft. E. Reinforce raceway banks as shown on the Drawings. F. A#4/0 stranded bare tinned copper ground conductor shall be installed along the top of the rebar cage, as shown on the Drawings, for the full length of each duct run between manholes and handholes, and bonded to a ground rod in the vicinity of each manhole and handhole. G. Lay raceway lines in trenches on compacted earth as specified herein. H. Use plastic spacers located not more than 4 ft apart to hold raceways in place. Spacers shall provide not less than 2 inch clearance between raceways. I. The minimum cover for raceway banks shall be 24 in unless otherwise permitted by the Owner/Engineer. J. Raceway terminations at all manholes, existing and new, shall be with terminator for PVC conduit. K. Blank duct plugs shall be used to seal the ends of all unused ducts in the duct system. Plugs shall be installed at all locations where the ducts enter and leave the manholes or handholes, and all entrances and exits to the underground system. L. Where raceways enter or exit the Underground System, and the raceways rise to a higher elevation upon entering or leaving the System, such raceways shall be tightly sealed at the higher elevation, both before and after the installation of cables, such that there shall be no entry of water or moisture to the Underground System at any time. Raceways shall be sealed with 3M 1000NS Watertight Sealant, or approved equal. M. No wire shall be pulled until the duct system has been completed in every detail. N_ Swab all raceways clean before installing cable. O. Train cables in manholes and handholes and support and restrain them on cable racks. All cables passing manhole duct entrances in the manhole or handhole shall pass above all duct entrances. No cable shall pass in front of or below duct bank entrances. P. Polyethylene Warning Tape shall be installed in the trench above each raceway or duct bank and located at the elevations shown on the Drawings. Underground System 16600-5 Q. The Contractor shali tag all underground conduits at all Iocations, exiting and entering from underground, including manholes and handholes. 3.02 TRENCH EXCAVATION A. The excavation shall extend to the width and depth as shown on the Drawings, or as specified, and shall provide suitable room for installing manholes, handholes, ducts and appurtenances. B. Furnish and place all sheeting, bracing and suppo�ts. C. Excavation shall include material of every description and of whatever substance encountered, regardless of the methods or equipment required to remove the material_ Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. D. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be othenivise disposed of and replaced, when required, with approved topsoil of equal quality. E. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected, as provided for in the Contract Documents. F. Materials shall be excavated to the depth indicated on the Drawings and in widths sufficient for installing manholes and laying the ducts. Coordinate the trench width the Details shown on the Drawings. The bottom of the excavations shall be firm and dry in all respects acceptable to the OwnerJEngineer. Trench width shall be a practical minimum, but not less than 6 inches greater on each side, than the total duct section arrangement, including reinforcing steel. G. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of sub grade soils. The trench may be excavated by machinery to, or just below, the designated sub grade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Sub grade soils which become soft, loose or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods, shall be removed and replaced by gravel fill, of aggregate as specified herein, as required by the Owner/Engineer at the Contractor's expense. 3.03 EXCAVATION BELOW GRADE AND REFILL A. Regardless of the nature of unstable material encountered, or the groundwater conditions, trench and excavation drainage shall be complete and effective. B. If deemed necessary by the Owner/Engineer, or as shown on the Drawings, the Contractor shall be required to deposit pea gravel for duct bedding or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatsoever. All excavation shall be made in open trenches. Gravel used for this purpose, shall be aggregate, as specified that is <_ 1/2 the minimum clear spacing between electrical ducts, and a maximum coarse aggregate size of 3/<-inch. 3.04 BACKFILLING A. Remove from the excavation all materials which the Owner/Engineer may deem unsuitable for backfilling. B. Backfilling shall not commence until, not less than 48 hrs after placing of any concrete embedment, have lapsed. C. Where the duct banks are laid in the yard, the remainder of the trench, after concrete encasement, shall be filled with common fill material, void of rock or other non-porous material, in layers not to exceed 8-in in loose measure and compacted to 90% standard Proctor density at optimum moisture content of +/- 4%. The backfill shall be mounded 6-in Underground System 16600-6 above the existing grade or as directed by the Owner/Engineer. Where a grass, loam or gravel surface exists prior to excavations in the yard, it shall be removed, conserved and replaced to the full original depth as part of the work under the duct items. In some areas it may be necessary to remove excess mate�ial during the cleanup process, so that the ground may be restored to its original level and condition. D. Where the duct banks are laid in paved areas or designated future paved areas, existing or designated future structures, or other existing or future utilities, the remainder of the trench above the encasement, shall be backfilled with select common fill or select fill material in layers not to exceed 8-inches loose measure and compacted at optimum moisture content (+/- 3%) to 95 percent standard Proctor density. E. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 Ibs. The material being spread and compacted shall be placed in layers not over 8-in loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. F. Bituminous paving shall not be placed in backfill. G. Water jetting will not be accepted as a means of consolidating or compacting backfill. H. All road surfaces shall be broomed and hose-cleaned immediately after backfilling. Dust control measures shall be employed at all times. 3.05 RESTORING TRENCH AND ADJACENT SURFACES A. In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced with the same type and quality of the existing paving. B. In sections where the duct bank passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Owner/Engineer. 3.06 CLEANING A. Remove all rubbish and debris from inside and around the underground system. Remove dirt, dust, or concrete spatter from the interior and exterior of manholes, handholes and structures, using brushes, vacuum cleaner, or clean, lint free rags. Do not use compressed air. I�`IZ�7�.9X��[�]`I Underground System 16600-7 SECTION 16660 GROUNDING AND BONDING SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to install a complete Grounding and Bonding System, in strict accordance with Article 250 of the National Electrical Code (NEC), and as shown on the Drawings and specified herein. B. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings, and as specified herein, to provide a bonding to ea�th ground of all metallic materials likely to become energized. 1.02 RELATED WORK A. Section 16000 Electrical — General Provisions B. Section 16045 Electrical Support Hardware C. Section 16110 Raceways, Boxes and Fittings. D. Section 16120 Wire and Cables (600 Volt Maximum). 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 01 and Section 16000, shop drawings and product data, for the following: 1. Ground rods. 2. Grounding conduit hubs. 3_ Waterpipe ground clamps. 4. Buried grounding connections. 5. Compression lugs. 6. Exothermic bonding system. 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. UL 467-2007 --Grounding and Bonding Equipment 3. NFPA 70E — Standard for Electrical Safety in the Workplace B. All equipment components and completed assemblies specified in this Section of the Spec�cations shall bear the appropriate label of Undennrriters Laboratories. 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 Owner/Engineer, an Grounding and Bonding System 16660-1 acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. 1.06 JOBSITE DELIVERY, STORAGE AND HAND�ING A. Prior to jobsite delivery, the Contractor shall have successfully completed all submittal requirements, and present to the OwnerlEngineer 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. Protect equipment during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for finro years from date of final 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 materials, shall be performed by the Contractor at no expense to the Owner. PART 2 PRODUCTS 2.01 RACEWAYS A. Conduit shall be as specified under Section 16110. B. All raceways, conduits and ducts shall contain equipment grounding conductors sized in accordance with the NEC. Minimum sizes shall be No. 12 AWG. 2.02 CONDUCTORS A. Wire shall be as specified under Section 16120. B. Ground wire shall be uninsulated tinned copper sized as shown on the Drawings, in all cases where a single ground wire is indicated to be installed in a conduit with no other conductors in the conduit, or where the ground wire is directly buried in earth or concrete. In all other cases, insulate the ground wire with green insulation as specified for low voltage wire. 2.03 GROUNDING ELECTRODES A. Ground rods shall be 3/4 in by 10 ft copper clad steel and constructed in accordance with UL 467. The minimum copper thickness shall be 10 mils. Ground rods shall be as manufactured by ERICO, Copperweld or approved equal. 2.04 CONNECTORS AND CONNECTIONS A_ Waterpipe ground clamps shall be cast bronze, Thomas 8� Betts Co. Cat. JPT, similar by Burndy; O.Z. Gedney Co. or equal, and of the correct size for the pipe. B. Buried grounding connections shall be by an exothermic weld process, T8�B Furseweld SCR1, or equal. C. Where the process cannot be used because of the Owner's operations, a Burndy Hyground Irreversible Compression System, or equal, shall be used. Grounding and Bonding System 16660-2 PART 3 EXECUTION 3.01 INSTALLATION A. Run grounding electrode conductors in rigid conduits. Bond the protecting conduits to the grounding electrode conductors at both ends. Do not allow water pipe connections to be painted. If the connections a�e painted, disassemble them and remake them with new fittings. B. Install equipment grounding conductors in all raceways for the power, control and instrumentation systems. Grounding conductors shall be independent conductors and shall be separate from all shield drain wires. C. Conduits and other raceways shall contain an equipment grounding conductor whether the raceway is metallic or not. Conduits, motors, cabinets, outlets and other equipment shall be properly bonded in accordance with NEC requirements. Where ground wire is exposed to mechanical damage, install wire in rigid conduit. D. Bond all steel building columns in new structures together with ground wire in rigid conduit and connect to the distribution equipment ground bus, as shown on the Drawings. Ground wire connections to structural steel columns shall be made with long barrel type one hole heavy duty copper compression lugs, bolted through 1/2 in maximum diameter holes drilled in the column web, with stainless steel hex head cap screws and nuts. E. Where the grounding loop rises to bond to a column, an insulated jumper shall be installed as shown on the Drawings. An insulated ground jumper shall be used.The jumper shall be shall be bonded to the grounding loop, rise up above the ground and make connection to the building c�lumn. Steel. All connections to the ground ring and the building steel shall be of the exothermic type as specified equal to the Cadweld process. F. Metal conduits stubbed into a motor control center shall be terminated with insulated grounding bushings and connected to the motor control center ground bus. Bond boxes mounted below motor control centers to the motor control center ground bus. Size the g�ounding wire in accordance with NEC Table 250.122, except that a minimum No. 12 AWG shall be used. G. Liquid tight flexible metal conduit in sizes 1-1/2 in and larger shall have bonding jumpers. Bonding jumpers shall be external, run parallel (not spiraled) and fastened with plastic tie wraps. H. Ground transformer neutrals to the nearest available grounding electrode with a conductor sized in accordance with NEC Article 250.66. I. Drive grounding electrodes where shown on the Drawings. All grounding electrodes shall be a minimum of 15 feet apart. J. All equipment enclosures, motor and transformer frames, conduits systems, cable tray, cable armor, exposed structural steel and all other equipment and materials required by the NEC to be grounded, shall be grounded and bonded in accordance with the NEC. K. Seal exposed connections befinreen different metals with no-oxide paint, Grade A or equal. L. Lay all underground grounding conductors slack and, where exposed to mechanical injury, protect by pipes or other substantial guards. If guards are iron pipe, or other magnetic material, electrically connect conductors to both ends of the guard. Make connections as specified herein. M. Care shall be taken to ensure good ground continuity, in particular befinreen the conduit system and equipment frames and enclosures. Where necessary, jumper wires shall be installed. Grounding and Bonding System 16660-3 N. All grounding type receptacles shall be grounded to the outlet boxes with a minimum, #12 XHHW green conductor, connected to the ground terminal of the receptacle and fastened to the outlet box by means of a grounding screw. 3.02 INSPECTION AND TESTING A. Inspect the grounding and bonding system conductors and connections for tightness and proper installation. B. Use Biddle Direct Reading Earth Resistance Tester or equivalent test instrument to measure resistance to ground of the system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method. C. All test equipment shall be provided under this Section and approved by the Owner/Engineer. D. Resistance to ground testing shall be preceeded by no precipitation for a minimum of 5 days. Submit test results in the form of a graph showing the number of points measured (12 minimum) and the numerical resistance to ground. E. Testing shall be performed before energizing the electrical distribution system. F. A separate test shall be conducted for each building or system. G. Notify the Engineer immediately if the.resistance to ground for any building or system is greater than five ohms. END OF SECTION G�ounding and Bonding System 16660-4 SECTION 16670 LIGHTNING PROTECTION SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK A. Contractor shall provide all labor, materials, equipment and incidentals as shown, specified, and required to furnish and install a lightning protection system that fully meets the UL Standards listed herein. The Contractor shall provide an inspection of each new structure, or modified existing structure, by Underwriters Laboratories and shall obtain a Master Label for each new or modified structure B. The Contractor shall employ the services of a licensed lightning protection systems engineering company to design and install the lightning protection system and prepare detailed installation drawings and material specifications. The system shall include ground wires, ground rods, exothermic connections, mechanical connectors, structural steel connections, all as shown on the Drawings, and as specified herein, to provide a bonding to earth ground of all metallic materials likely to become energized. C. The Franklin Rod system shall be used. Other systems such as the early stream emissions (EME) are not acceptable 1.02 RELATED WORK A. Section 16000 Electrical — General Provisions B. Section 16196 Low Voltage AC Surge Protective Devices (SPDs) C. Section 16660 Grounding System 1.03 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Complete design drawings, for each structure and the site, showing the type, size, and locations of all grounding, down conductors, through roof/through wall assemblies, roof conductors and air terminals, shall be submitted to the Engineer for approval. 1.04 REFERENCE CODES AND STANDARDS A. All products and components shown on the Drawings and listed in this specification shall be designed, manufactured, and installed according to latest revision of the following standards (unless otherwise noted): 1. NFPA 70 — National Electrical Code (NEC) 2. NFPA 780 — Lightning Protection Code 3. LPI 175 - Lightning Protection Institute Installation Standard 4. UL 96A — Installation Requirements for Lightning Protection Systems B. All equipment specified in this Section of the Specifications shall bear the appropriate label of Underwriters Laboratories. 1.05 QUALITY ASSURANCE A. The manufacturer of this equipment shall have produced similar equipment for a minimum period of five years. When requested by the Engineer, an acceptable list of installations with similar equipment shall be provided demonstrating compliance with this requirement. Lightning Protection System 16670-1 B. The lightning protection system shall conform to the requirements and standards for lightning protection system of the LPI, UL and NFPA. Standard requirements. C. All components and material shall be new and of the latest field proven design and in current production. Obsolete components or components scheduled for immediate discontinuation shall not be used. 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 Owner/Engineer upon delivery of the equipment and materials, an approved copy of all such submittals. B. Protect equipment and materials during shipment, handling, and storage by suitable complete enclosures. Protect equipment from exposure to the elements and keep thoroughly dry. C. Protect painted surFaces against impact, abrasion, discoloration, and other damage. Repaint damaged painted surFaces to the satisfaction of the Owner/Engineer. 1.07 WARRANTY A. The Manufacturer shall warrant the system and equipment to be free from defects in material and workmanship for 2 years from date of final 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 shall be perFormed by the Manufacturer, at no expense to the Owner. PART 2 PRODUCTS 2.01 SUPPLIERS A. Subject to compliance with the Contract Documents, the following Suppliers are acceptable: 1. Advanced Lightning Technology, Argyle, Texas 2. VFC, Inc. Grapevine, TX B. The listing of specific suppliers 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. 2.02 GENERA� A. The system to be furnished under this specification shall be the standard product of manufacturers reguarly engaged in the production of lightning protection equipment and shall be the manufacturer's latest approved design. B. All equipment shall be new and of a design and construction to suit the application where it is used in accordance with accepted industry standards and LPI, UL, and NFPA standard requirements. C. At the point where an electrical service of 1000 Volts or less is generated, a surge protection device shall be provided and installed, complying with UL96A, for a UL Master Label Certificate of Inspection. The surge protection device shall comply with UL Standard 1449 Third Edition, as a Type 1 or Type 2 lightning rated unit of 20ka or more, as specified in Section 16196 Low Voltage AC Surge Protective Devices (SPDs) �ightning Protection System 16670-2 2.03 MATERIALS A. Ciass I Class II materials may be utilized for Class I structures, not exceeding 75 feet above grade. All other structures shall utilize Class II materials. B. Unless otherwise specified herein, all materials shall be tin plated copper with bolts of 316 stainless steel, and used in accordance with LPI, U� and NFPA code requirements. C. Aluminum materials, with bolts of 316 stainless steel shall be used only on aluminum, galvalume or galvanized metal structures. Where aluminum, galvalume or galvanized metal parapet caps are used, the entire roof lightning protection equipment shall utilize aluminum components. Approved transitional components shall be used for transitions to aluminum materials. Down leads and grounding shall utilize tinned copper with the bimetal transition occurring at the bi-metal through roof assembly. D. All air terminal bases for flat roof areas shall be or the adhesive type. E. Conductors shall be tinned copper, (aluminum where installed on aluminum roofs0, consisting of wire size, stranding, and weight in accordance with NFPA 780. F. Conductor fasteners shall be an approved type of non corrosive metal, and have ample strencth to support conductors. Cable fasteners shall be of the adhesive type. G. All cable connecters shall be tin coated copper cast bronze with screw pressure type 316 stainless steel bolts and nuts. H. Where any part of a protection system is exposed to potential mechanical injury, protect it by covering it with PVC conduit. PART 3 EXECUTION 3.01 INSTALLATION A. All materials shall be installed by experienced workmen that specialize in this type of work_ The lightning protection system shall be installed per approved shop drawings and UL and NFPA recommended practices. B. Install air terminals on structure steel framework bonded to the downcoming cables.Unless otherwise specified herein, all materials shall be tin plated copper with bolts of 316 stainless steel, and used in accordance with LPI, UL and NFPA code requirements. Conduit shall be as specified under Section 16110. C. Bond structure steel framework to the down-comer cables. D. Bond all metal pipes and metal structures to the down-comer cables. E. All concealed conductors shall be installed in Schedule 40 PVC conduit. F. All components of the system, on or above the roof, shall be connected to the system ground. 3.02 TESTING A. The Contractor shall employ the services of a UL field inspector, for inspection of the system - upon completion of the installation. The Contractor shall assume full responsibility for the correctness of the installation and shall make any and all corrections and additions deemed necessary by the UL inspector. The Contractor shall pay for all costs of the U� inspection and any subsequent re-inspections as required. B. Inspection and testing to be performed by personnel regularly engaged in the installation and testing of Master Labeled lightning protection systems. C. Inspect the system for proper installation. D. Test the complete system for continuity to the electrical grounding system. Lightning Protection System 16670-3 E. An application shall be made to the Underwriters Labrotories Inc_ for inspection and certification, and shall be delivered to the Engineer, confirming that all concealed components have been monitored during job construction. F. A UL Certification shall be provided for each and every new structure, including all parts of existing structures that are expanded, as defined by NFPA 780 and UL 96A. A Master Label shall be obtained for all structures where the service voltage is less than 1000 VAC. END OF SECTION Lightning Protection System 16670-4 ' , LJ � ' , � ' � ' ' APPENDIX GC-4.01 AVAILABILITY OF LANDS THIS PAGE LEFT INTENTIONALLY BLANK APPENDIX GC-4.02 SUBSURFACE AND PHYSICAL CONDITIONS (GEOTECHNICAL REPORT) � ����� 7636 Pebble Drive ENGINEERING, INC. Fortwo�,Texas76118 www cm�eng�:�om December 4, 2012 Alan Plummer Associates, inc. 1320 S. University Drive, Suite 300 Fort Worth, Texas 76107 Attn: Mr. George Farah, P.E. RE: ADDENDUM TO CMJ REPORT NO. 4Z5-12-27 (Revision 1) WATER AND SANITARY SEWER IMPROVEMENTS — PHASE 1 CASiNO BEACH AND WATERCRESS DRIVE FORT WORTH, TEXAS APAt JOB NO. 03'[8-047-05 � 318-047-07 Dear Mr, Farah: In reference to our telephone discussion on November 30, 2012 and subsequent telephone conversation on Decembe►� 3, 2012 with Mr. Brian Wright, P.E. for the above referenced project, the following comments are provided below. Cast-in-Piace Concrete Vauit Structure ft is our understanding a vault structure will be placed near the proposed lift station at Boring B- 5 and founded at depths of 8 to 10 feet, Consideration can be given to supporting the vault structure on a mat foundation system. A maximum net allowable bearing pressure of 1,500 psf is recommended for design of the ffoor slab mat foundation at a depth of 8 feet o� greater below existing grades founded within the tan sand as indicated by the referenced boring. Mat foundations proportioned for this value may experience total differential movements of 1 inch or less. Should select fi11 or ffowable fill be utilized to establish final grades (with the presence of the excavation for the nearby wet welf), the thickness thereof shoufd be uniform beneath the vault structure, and utilize the allawable bearing capacity given above. Footings should have a minimum width of 18 inches. Excavations for the footings, placement of concrete and steel, and any required backfilling shoufd praceed in as continuous a manner as practical in order to minimize moisture content and/or sirength changes in the bearing maierials_ Expased footing bearing strata should be protecied 'ay a sea( siaa {3 to 4 inches thick) o� �oo�i�g stre�gth concrete where the footings will be exposed for more than 24 hours. Similar procedures should be followed where seepage in the overlying soils coufd accumulate in footing excavations_ Water shouid not be permitted to accumulate in footing excavations at any time prior to placing reinforcing steel or footing concrete. These considerations should be planned for in relation to excavating the nearby wet well. Phone (817) 2$4-9400 FaY (817) �89-9993 Metro (817) 589-9992 CMJ ENGINEERING, INC. Addendum to CMJ Project No. 427-12-27 (Revision 1) _ Alan Plummer & Associates, Inc. December 4, 2012 Page 2 If footing excavations are left unprotected and exposed to precipitation and/or other water sources which result in ponding in footing excavations, additional excavation to undisturbed - bearing material wifl be required. Vauit Structures — Below Grade Areas The excavations should be perFormed in accordance with OSHA Safety and Health Standards (29 CFR 1926/1919), Subpart P, as discussed in the above referenced report, Section 6.2. Lateral earth pressures on the below grade portion of the siructures will depend on a variety of factors, including the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recommended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 1 for a wall with a leve( backfifl behind the top of the wall. The equivalent ffuid pressure for an undrained condition should be used if a drainage system is not present to remove water trapped in the backfill and behind the wall. Pressures are provided for at-rest earth pressure conditions. Rigid walls are not anticipated to develop enough movement to mobilize active earth pressures. Table 1— Equivalent Fluid Pressures At-Rest Equivalent Backfill Material Fluid Pressure {pcf} Drained Undrained Excavated on-site clay or 100 110 clay fill material Select frll, flowable fill, or on- site soils meeting material 65 9Q s ecifications Free draining granular 50 90 backfill material For the select fill or free draining granular backfill these values assume that a"full" wedge of the material is present behind the wall. The wedge is defined where the wafl backfill fimits extend outward at least 2 feet from the base of the wall and then upward on a 1 H:2V slope. For narrower back#ill widths of granular or select fill soils, the equivalent fluid pressures for ihe on- site soils should be used. The iocation and magnitude of permanent surcharge loads (if present) should be determined, and the additionai pressure generated by these loads such as the weight of construction equipment and vehicu[ar loads that are used at the time the structures are being built must also be considered in ihe design. The effect of this or any other surcharge loading may be accoun#ed for by adding an additional uniform load to the full depth of the side waUs equivalent to one-half of the expected vertical surcharge intensity for se(ect backfi(I materials, or equal to the full vertica( surcharge intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a CMJ ENGINEERING, INC. Addendum to CMJ Project No. 427-12-27 (Revision 1) Alan Plummer & Assaciates, Inc.. December 4, 2012 Page 3 case-by-case basis. This is not included in the scope of this study. These services can be provided as addi#ional services upon request. Wall backfill material requirements are presented below. Granular Wall Backfill: All free draining granular wall backFill material should be a crushed stone, sand/gravel mixture, or sand/crushed stone mixiure. The material should have less than 3 percent passing the No. 200 sieve and less than 30 percent passing the No_ 40 sieve. The minus No. 40 sieve material should be non-plastic. Granular wafl backfi(l should not be water jetted during installation. Select Fil! Behind Walfs: Alf wall select backfill should consist of clayey sand and/or sandy clay material with a Plasticity Index of 16 or less, with a Liquid Limit not exceeding 35. The select fi(I should be placed in maximum 8-inch lifts and compacted to between 95 and 100 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus to minus 3 percentage points of the optimum �noisture. Compaction within five feet of the walls should be accomplished using hand compaciion equipment and shouid be compacted between 90 and 95 percent of the Standard Proctor density. Flowable Backfi!(: Item 401, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition. On-Site Soil Backfill: For wall backfill areas with site-excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfil( materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximum 8-inch compacted lifts at a minimum of 95 percent of Standard Procior density (ASTM D 698) within a moisture range of pius to minus 3 percentage points of optimum moisture. Compaction within fve feet af the walis should be accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor density, Latera! Earth Pressures — Additional Recommendations We understand that the use of flowable frll is desired as backfill for the lift station wet welf at Boring B-S. Matenal requirements per the above are recommended for flowable fill. Upon initial placemeni, flowable fifl is most comparable to a select fili in terms of at-rest earth pressures only. Thus the equivalent fluid pressures provided in Table 5_1.2-1 for select fil( backfilE for the ai-%�f CAiIU'iii�i� Sii�i.1l� b� u#i��ze�_ A�er the fl�waa;� fil! has s�t �n� hardene�+, la±eral earth pressures are greatly reduced, to on the order of (or less than) the parameters given for free draining granular backfill for either active or at-rest conditions. CMJ ENGINEERING, INC. Addendum to CMJ Project No. 427-12-27 (Revision 1) Alan Piummer & Associates, Inc. December 4, 2012 Page 4 We appreciate the opporiunity to provide ihis information. Please contact us should quesiions arise on information contained herein. � �.��� RespectFully, � ��P�� �F,TFkqs �� CMJ ENGINEERING, INC. ��. TExa,s FIxM REGisTitaTloN No. F-9177 � * : �IjT •� • * �I! � * ; �. v` • * � , � ............................. � v � JAMES P: SAPP(NGTON, IVi � / ................ / 'nP � � �` � "O' ' 97402 '�v�i . ; t , ��o•- CENs�a� ���� v James . Sapping#on, IV, P.E. ���Ssi•••••••E��'— a� Project Engineer ��� � ::�—" �'�' copies submitted: (1) Mr. George Farah, P.E.; A(an PlummerAssociates, Inc. (email) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENT'S Revision: Au�ust 17, 2012 Article 10 - Changes in the Work; Claims; Extra Work .................................................. 10.01 Authorized Changes in the Work......... �'••••-••••-•-•-•••••-•••••.-•38 ..... ................................................................................. 3 8 0.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Execution of Change Orders ............... 10.04 E ........................................................................................39 xtra Work ..................................................................................................................................39 10.05 Notification to Surety ......................... 10.06 ......................................................................................... 39 Contract Claims Process .............................................................................................................40 Article 11 - Cost of the Work; A1lowances; Unit Price Work; Plans Quanhty Measurement ...................... 41 1111.01 Cost of the Work .........................................................................................................................41 .02 Allowances ..................................................................................................................................43 11.03 UnitPriceWork ............... . .............................................................•-••-......._............._.................. 44 1.04 Plans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time .................................................................46 12.01 Change of Contract Price .................. .................................... ................................................. 2.02 Change of Contract Time ......................... ..... 46 12.03 D ...................................................................................47 elays .............................................................. .................................. .......................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ......................... 13.02 ...............................................................................................48 Access to Work ....... ................................................................................................... 1313.03 Tests and Inspections ..................................................................................................................48 13.04 Uncoveri.ng Work ........................................................................................................................49 .05 City May Stop the Work ......................... ...................................................................................49 13.06 Correction orRemoval ofDefective Work .............................................................. 13.07 Correction Period ...... .... ...... . . .................. 50 13.08 Acc ....................................................................................... eptance 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 4.03 Contractor's Warranty of Title .................................................................. 1414.04 Partial Utilization .................................................................................................:.................••••.55 14.05 FinalInspection ...........................................................................................................................55 .06 Final Acceptance .........................................................................................................................55 14.07 Fina1 Payment ....................... . - 14.08 Finai Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims .............................. 56 ............................ ........................................................... ... 57 Article 15 - Suspension of Work and Tezmination ........................................................................ 15.01 City May Suspend Work ................... ........................................................................... 5.02 City May Temunate for Cause .................................................................................... 15.03 City May Ternunate For Convenience ........................................................................ Article 16 - Dispute Resolution .................... ............................................................ 16.01 Methods and Procedures ........................................................................ ............•-•• •• • CITY OF FORT WORTH � ' ' STANDARD CONSTRUCTION SPECIFCATION DOCUMENi'S Revision: Au�st 17, 2012 .......... 57 .......... 57 .......... 58 .......... 60 ....... 61 ....... 61 Article 17 — Miscellaneous ...................................... 17.01 Giving Notice ...................................... 17.02 Computation of Times ........................ 17_03 Cumulative Remedies ......................... 17.04 Survivai of Obligations ....................... 17.05 Headings .............................................. CTI'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision_ Augast 17, 2012 ...................................... ...................................... ...................................... ...................................... ...................................... ...................................... ............................................ 62 ............................................ 62 ............................................ 62 ............................................ 62 ............................................ 63 ............................................ 63 00�2oo-i General Condirions Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERNIINOLOGY 1.01 Defined Terms A. Wherever used in these Generai Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall i.nclude the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized ar 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 titles of other documents or forms. l. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work_ 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including a11 Addenda). 9_ Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 1 l. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augtut 17, 2012 007200-1 General Condirions Page 2 of 63 13. Change Order=A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price ar the Contract Time, issued on or after the Effective Date - of the Agreement. 14. Cit�— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 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. 1�. City Manager — 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 adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents 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. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Wark). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Ciaim. 26. Day or day — A day, unless otherwise defined, sha11 mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of PaYks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed r.epresentative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Deparnnent of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Ef�ective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augint 17, 2012 oo�z.00-t General Condirions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—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. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous ar possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and a11 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. MajoY 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 fucing 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. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard - conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil rnixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00�200-1 General conditions Page 5 of 63 51. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and 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 Contract Documents. 53. Project Representative—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 gaining an informed 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 tune to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of T�alues—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being fumished by City upon which the Work is to be performed, including rights-of-way, pem�its, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and worlananship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �2 00 - i General Conditions Page 6 of 63 63. Submittals—All drawings, diagrams, illustrarions, 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. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to fizrnish materials ar equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, includi.ng but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing a11 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, ar 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 � a.m. and 6 p.m. 1.02 Terminology A. The words and ternis 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. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or deter�unation will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 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 applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, sha11 mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perForm the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or consiruction indushy or trade meaning are used in the Contract Documents in accordance with such recognized meaning. A.RTICLE 2 — PRELIIVBNARY MATTERS 2.01 Copies ofDocuments City sha11 furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Auga�t 17, 2012 oo�zoo-i G�� cona�tio� Page 8 of 63 2.03 Starting the Work Contractor sha11 start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Const�uction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Publzc Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by ail. 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 inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Spec�cation sections may be written in varyiiig 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 sha11 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 SPECIFCATION DOCUMENT'S Revision: Au�t 17, 2012 oo�zoo-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction sha11 be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work. Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a} any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 1�, 2012 oo�zoo-1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: l. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents sha11 take precedence in resolving any conflict, error, ambiguity, or discrepaney between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions sha11 govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the tenns and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviarions in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 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 SPECIFCATION DOCUMENTS -- Revision: August 17, 2012 oo�zoo-i General conditions Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files 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 resulting from the use of soflware application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; AA7,ARi)OUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. City shall fiunish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work_ City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. l. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way andlor easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions_ The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in 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 utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall fiunish 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 SPECIFCATION DOCUMENTS Revision: Au�st 17, 2012 oonoo-i General Condirions Page 12 of 63 C. Contractor shall provide for a11 additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: l. those reports known to City of explorarions and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 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 ernployed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 D ffering Subsurface or Physical Conditions 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 work of the chaxacter provided for in the Contract Documents; CIT'1' OF FORT WORTH STEINDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00�200-1 General conditions Page 13 of 63 then Contractar shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or perforniing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: l. Contractor knew of the existence of such conditions at the time Contractor made a final commitrnent to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contxact Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Faczlities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data fiunished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. 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 the Contract Price, and Contractor sha11 have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of ail such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFCATION DOCUMENTS Revision: August 17, 2012 007200-1 General Conditions Page 14 of 63 - Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimuxn of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor sha11 notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions idenrify those reports and drawings lrnown to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Condirions. 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 CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augist 17, 2012 007200-I General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor sha11 immediately: (i) secure or otherwise isolate such condition; (u) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iu) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connecrion with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Wark that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent pennitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, from and against all claitns, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other pYofessionals and all cour-t or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemn� any individual or entity from and against the consequences of that individual's or entity s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: A„�rnw 17, 2012 oo�aoo-i General Conditions Page 16 of 63 ARTICLE 5— BONDS AND INSIiRANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor sha11 be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payrnent 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 a11 of Contractor's obligations under the Contract Documents. B. Contractar shall furnish maintenance bonds in an amount equal to the Contract Price as secunty to protect the City against any defects in any portion of the Work described in the Contract Documents. Mai.ntenance bonds shall remain in effect for two (2) years after the date of Fina1 Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. Ail bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each addirional 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 enrities named in the Supplementary Conditions as"Additional Insured" on all liability policies. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS ---- Revision: August 17, 2012 00�2oo-i General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for a11 policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent fmancial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive a11 rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance covera.ge. 7. 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. Unless otherwise stated, a11 required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall sta.te that the coverage is claixns-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage uniess such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price sha11 be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Au�st 17, 2012 00�2oo-i General Conditions Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 1l. 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 sha11 be required to provide prior notice of 90 days, and the insurance adjustrnents shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parly 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 Contractor's Insurance A. Workers Compensation and Employers' Lzability. Contractor shall purchase and maintain such insurance coverage with liinits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perForm any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disabiliiy benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or properiy damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance sha11 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 SPECIFCATION DOCUMENTS -- - Revision: August 17, 2012 oo�zoo-i General Conditions Page 19 of 63 insurance or self-insurance progra.ms afforded to the City. The Commercial General Liability policy, sha11 have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or properly damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Not�cation of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shail stop work untii replacement insurance has been procured. There sha11 be no time credit for days not worked pursuant to this section. 5.05 Acceptance ofBonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of conshuction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augpst 17, 2012 oo�zoo-i General Conditions Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who sha11 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. G Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor sha11 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 properly 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: l. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Uniess otherwise specified in the Contract Documents, Contractor shall provide and assume fu11 responsibility for all services, materials, equipment, labor, transportation, conshuction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All rnaterials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STt\NDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augnt 17, 2012 007200-I General Condirions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthiy Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification Ol 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals " A. Whenever an item of material or equipment is specified or 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. "Or Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or a11 of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 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 deternzines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision_ Aubatst 17, 2012 00�2oo-i Generat condirions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a proposed substiiute item. b. Contractar shall submit suff cient information as provided below to a11ow City to deterniine 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 wi11 not be accepted by City from anyone other than Contractor. c. Contxactor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to fiunish or use. The application shall comply with Section O1 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 SPECIFCATION DOCUMENTS - Revision: August 17, 2012 00 �2 00 -1 G�� cona�tio� Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) a11 variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) sha11 contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such subsritute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor sha11 submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.OS.A.2. C. City s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determinarion. D. Special Guarantee: City may require Contractor to fiunish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemn� and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, Zosses and e.xpenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City s Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contr�actor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CIT'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augast 17, 2012 007200-1 General Conditions Page 24 of 63 G. City Substitute Rezmbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor sha11 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 individuai or entity to furnish or perform any of the Wark 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 enrities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: � 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for a11 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: CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: AuguSt 17, 2012 00�2oo-i General Conditions Page 25 of 63 l. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier ar other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or fumishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates deterniined by the City �ouncii of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258_ Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage sha11, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penaliy shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause e�sts to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial deterinination. Upon the City's deter�iination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City sha11 retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oonoo-i General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the Ciiy or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 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 fmal and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the consiruction of the Work provided for in this Contract; and (u) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspecrion by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or Contractor sha11 submit an affidavit stating that t� requirements of Chapter 2258, Texas Government Code. payroll period, whichever is less, the e Contractor has complied with the G. Posting of Wage Rates. The Contractor sha11 post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Complzance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the perfornzance of the Work or resulting from CIT'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 007200-1 Generai Conditions Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not spec�ed in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained pef-mits and licenses_ Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such pernuts and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay a11 charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for iri the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the pernut. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Pernuts 2. U.S. Army Corps of Engineers Pernuts 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Pernuts C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding perniits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Conha.ctor performs any Work l�owing or ha�ing reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (includi.ng but not limited to ali fees and charges of engineers, architects, attorneys, and other professionals and a11 CITI' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: tlugust 17, 2012 00�2oo-i General Condirions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this sha11 not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease a11 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 t�, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the t� shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax pernuts and information may be obtained from: -- l. Comptroller of Public Accounts Sa1es Tu� Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.�.us/t�info/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas pernutted 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. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Aug�t t7, 2012 oonoo-1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold hannless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Perfonnance of the Work. During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractar that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due ar to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent properiy owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and sha11 restore to original condition or better a11 properly disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contxactor subject any part of the Work or adj acent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of a11 Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of ali 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 priar to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Au�ust 17, 2012 oonoo-1 General Conditions Page 30 of 63 take a11 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 Wark and materials and equipment to be incorporated therein, whether in storage on or offthe 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 a11 applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent properly and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor sha11 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 properiy referred to in Paragraph 6.14.A.2 or 6.14.A3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duries and responsibilities for safety and for protection of the Work shall continue until such time as a11 the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs 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 Regulations. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augiat 17, 2012 00�200-1 G��� con�tions Page 31 of 63 changes in the Work or variations from the Contract Documents ha�e been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Proj ect. 6.18 Submittals A. Contractor sha11 submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Cleariy 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 liinited purposes required by Paragraph 6.18.C. CIT'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�aoo-i General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: l. 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 Ol 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General conditions Page 33 of 63 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 obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which sha11 appear within a period of iwo (2) years from the date of Fina1 Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own e�pense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract TI�IS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PA.RT. BY ANY ACT. ONIISSION OR NEGLIGENCE OF TAE CITI'. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own e�pense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontraciors, licensees or invitees under this Contract THIS INDEMMI+'ICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00�2oo-i General Condirions Page 34 of 63 SPEC'iFICALLY INTENDED TU OPERATE AND BE EFFECTIVE EVEN IF IT IS ,A�i,i,FGED nR PRpVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, ONIISSION OR - NEGLIGENCE OF THE CITY. 622 Delegation of Professional Design Services 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 cany 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 sha11 cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on a11 drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed 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 approvais performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. - D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City sha11 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. Contxactor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City sha11 have access during Regular Working Hours to all CTI'Y OF FORT WORTH STANDt1RD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�aoo-1 General Condirions Page 35 of 63 Subcontxactor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed_ 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor sha11 afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other wark with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opporlunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor sha11 not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor sha11 inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it una�ailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECiFCATION DOCUMENTS Revision: August 17, 2012 007200-1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Proj ect at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activiries 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. Uniess otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due Ciiy shall make payments to Contractor in accordance with Article 14. 8.04 Lands and 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 contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00�2oo-i General Condirions Page 37 of 63 8.07 Limitations on Czty s Responsibilities A. The City sha11 not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8_09 Compliance with SafetyProgram While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's ProjectRepresentative City will provide one or more Proj ect Representative(s) during the construction period. The duties and responsibilities and the lunitations of authority of City's representative during 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 various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determixie, in general, if the Work is proceeding in accordance with the Contract Documents. City'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. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibiliiy in the Contract Documents including those set forth in Paragraph 8.07. CITl' OF FORT WORTH STANDARD CONSTRUCT'ION SPECIFCATION DOCUMENTS Revision: Au�ust 17, 2012 007200-1 General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minar variations in the Work from the requirements of the Contract Docurnents 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 design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will ha�e 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. 9.45 Determinations for Work Performed - Contractor will deterrrune the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary deterxninations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to - reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptabilzty of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Con�-actor 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 sha11 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 WORTA STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS - Revision: August 17, 2012 oo�zoo-i General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Coniractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10_03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: changes in the Work which are: (i) ordered by City pursuant to Paragraph lO.OI.A, (u) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time far Work acivally performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payxnent thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the 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. T'he compensation agreed upon for Extra Work whether or not initiated by a Change Order sha11 be a full, complete and final payment for a11 costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10_OS Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond wiil be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augmt 17, 2012 oo�zoo-i General Conditions Page 40 of 63 10.06 Contract Claims Process A. City s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: l. 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 parly making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: l. 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 Claun 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. CTI'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS - - Revision: August 17, 2012 007200-1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE ll— COST OF T�IE WORK; ALLOWANCES; LTNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the. Work means the sum of all costs, except those excluded in Paragraph 1 l.Ol.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 sha11 include but not be limited to the following items: l. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel empioyed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll t�es, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of perfoxming Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, sha11 be included in the above to the extent authorized by City. 2. Cost of all materials and equipment fumished and incorporated in the Work, including costs of transportarion and storage thereof, and Suppliers' field services required in connection therewith. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rentai agreements approved by City, and the costs of transportation, loadi.ng, unloading, assembly, dismantling, and removal thereof. All such costs sha11 be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision_ August 17, 2012 oo�zoo-i General CondiUons Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be detertnined 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, surveyars, 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 remai.n the property of Contractor. c. Sa1es, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for pernuts 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 sha11 include settlements made with the written consent and approval of City. No such losses, darnages, 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 telegrarns, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00 �z oo -1 General condiuons Page 43 of 63 h. The costs of premiums for a11 bonds and insurance Contractor is required by the Contract Documents to purchase and mai.ntain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.Ol.A.l or specificaliy covered by Paragraph 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 charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When a11 the Work is performed on the basis of cost-plus, Contractor's fee shall be deternuned as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjuslment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be deternuned as set forth in Paragraph 12.O1.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be deternuned pursuant to Paragraphs 11 _O1.A and 11.O1.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i General Conditions Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable t�es; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual arnounts 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 a11 Unit Price Work an amount equal to -- the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and deternLning an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work perFormed by Contractar will be made by - City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if l. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECiFCATION DOCUMENTS - Revision: Augiut 17, 2012 007200-1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Conlract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjusttnent to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either parly to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement 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 estunated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustrnent will provide field measurements and calcularions showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to conect an error, or to correct an enor on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CTI'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augmt 17, 2012 oo�zoo-1 General Condirions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRA.CT PRICE; CfIANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Coniract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: l. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, - by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump suxn or unit price is not reached under Paragraph 12.O1.B.2, on the basis of the Cost of the Work (deternuned as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (deternvned as provided in Paragraph 12.O1.C). C. Contractor'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.l, 11.O1.A2. and 11.O1.A3, the Contractor's additionai 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.G2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�aoo-1 General Conditions Page 47 of 63 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 percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 1l.Ol.A.6, and 11.O1.B; d. the amount of credit to be allowed by Contractor to City for any change which resuits in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Ex1ra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liabie to Contractor for any claims, costs, losses, or damages (including but not limited to ali fees and charges of engineers, architects, attorneys, and other professionals and a11 court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Coniractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 007200-I General Condirions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of a11 defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readi.ness 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 identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor sha11 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 sha11 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 deternuned solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 007200-1 General Conditions Page 49 of 63 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 ail invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor sha11 have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing a11 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 engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to ail costs of repair or replacement of work of others); or City sha11 be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for a11 costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Wark is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor faiis 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 Conh-actor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work sha11 not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CIT'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augat 17, 2012 oo�zoo-i Genera� condidons Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor sha11 correct a11 defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such conection 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 sha11 take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or pernutted 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: l. 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 da.mage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to a11 costs of repair or replacement of work of others) will be paid by Contractor. CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS - - Revision: Au�t 17, 2012 oonoo-i General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Finai Acceptance of all the Work, the correction period for that item may start to run from an eariier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claun, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 sha11 not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. . 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to a11 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 Fina1 Acceptance, 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, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, ar if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exciude Contractor from all or part of the Site, take possession of 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, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision_ August 17, 2012 oo�zoo-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be - entitled to an appropriate decrease in the Contract Price. D. Contractor sha11 not be allowed an extension of the Contract Time because of any delay in the performance of the Work ariributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress �'ayments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payrnent is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment sha11 also be accompanied by a bill of sa1e, invoice, or other documentation warranting that City has received the materials and equipment free and clear of a11 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 af�'idavit of Contractor stating that previous progress payments received on account of the Work haee been applied on account to discharge Contractor's legitunate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Docuxnents. CTI'I' OF FORT WORTfi STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Au�ust 17, 2012 00 �z oo - i General Conditions Page 53 of 63 B. Review ofApplications: City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final deterniination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to ha�e represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a_ the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Au�ust 17, 2012 00�2oo-i General Conditions Page 54 of 63 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_ Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual 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 wntten notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS -- Revision: August 17, 2012 00�2oo-i General Conditions Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of a11 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, deterniines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City detexlnines to be ready for its intended use, subject to the following conditions: l. Contractor at any time may notify City in writing that Contractar 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 sha11 make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: l. within 10 days, City will schedule a Final Inspection with Contractor. 2_ City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractar shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Finai Inspection. Should the City deterrrune that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Coniractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Fina1 Acceptance. CIT'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 007200-I General Conditions Page 56 of 63 14.07 Final Payment A. Application for Payment: 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 final Applicarion for Payment shall be accompanied (except as previously delivered) by: a. a11 documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to 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. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. -- 3. The making of the final payment by the City sha11 not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTA STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS --- Revision: August 17, 2012 00�200-1 G��t cona�tio� Page 57 of 63 portion of the Work fu11y completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment sha11 be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of a11 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 detexmined by the City. Before the release, a11 submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from a11 claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERNIINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store a11 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 precaurion to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction proj ect for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 00�2oo-i General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. T'he occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversiiy Enterprise Ordinance #20020-12-2011established 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 therefrorn for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or banlaupt, or otherwise fmancially unable to carry on the Work satisfactorily, or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. ff 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 sha11 not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Wark. 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 CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August 17, 2012 oo�zoo-i G�� cona�tio� Paae 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor sha11 pay the difference to City. Such claixns, 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 sha11 be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forFeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitied to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terniinated if Contractor begins within seven days of receipt of notice of intent to tenninate 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 terininated by City, the terniination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CI'I'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revisian: Au�t 17, 2012 00�2oo-i General Condirions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice sha11 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 ternvnation, and except as otherwise directed by the City, the Contractor sha11: l. 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 a11 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 ter�unated 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 ternunated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CI'TY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Au�ust 17, 2012 007200-1 General Condirions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims sha11 be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): l. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to terniination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Coniractor shall not be paid on account of loss of anticipated profits or revenue or .other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Clai.m submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. ff the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C3 or 10.06.D shall become finai and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CIT'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: August l7, 2012 00�200-1 General Conditions Page 62 of 63 1. 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 party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — NIISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation 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 sha11 become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies a�ailable to any or a11 of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CIT'1' OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Au�t 17, 2012 oo�aoo-i G�� cona��ons Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Conixact or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Augtnt 17, 2012 007300-1 SUPPLEMENTARY CONDTI'IONS Page I of 4 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govem over Specifications. SC-4.OlA Easement limits shown on the Drawing aze 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 lrnown outstanding right-of-way, and/or easements to be acquired, if any as of July 9, 2013: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None of the easements have been acquired at this time. The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 007300-2 SUPPLEMENTARY CONDITIO�tS Page 2 of 4 2 3 4 5 6 7 SG4.OlA.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of July 9, 2013: EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADNSTMENT NONE 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 The Contractor understands and agrees that the dates listed above aze estimates only, are not guaranteed, and do not bind the City_ SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report, Report No. 425-12-27, dated August 2012, prepared by CMJ Engineering, Inc., a sub-consultant of Alan Plummer Associates, Inc., a consultant of the City, providing additional information on the soil conditions. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: TH #1 TH #2 TH #3 TH #4 Tx #s TH #6 SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazazdous environmental conditions known to the City: Subsurface Utility Level A Reports performed by Lina T. Ramey & Associates, Inc. SG5.03A., "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: Alan Plummer Associates, Inc. (3) Other: None. SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5_04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory Zimits Employer's liability CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 00 73 00 - 3 SUPPLEMENTARY CONDI'I"IONS Page 3 of 4 1 2 3 4 S 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 $100,000 each accident/occurrence �100,000 Disease - each employee $500, 000 Disease - policy limit SG5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with minimum limits of $1,000,000 each occurrence $2,000,000 aggregate limit 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 Paragraph GG5.04C. Contractor's Liability Insurance under Paragraph GG5.04C., which shall be in an amount not less than the following 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 aze at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / ,$100,000 Property Damage 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 SC-6.04., °�Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., `°Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2008 Prevailing Wage Rates SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and ticenses" The following aze lmown pernuts and/or licenses required by the Contract to be acquired by the Contractor: CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 00 73 00 - 4 SUPPLEMENTARY CONDTfIONS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Fire Department Permit SC-6.09B. "City obtained permits and licenses" The following aze known permits andlor licenses required by the Contract to be acquired by the City: TxDOT Bore Permit for Force Main at Hwy 199 SC-6.09C. "Outstanding permits and licenses" The following is a list of lmown outstanding permits and/or licenses to be acquired, if any as of July 9, 2013_ Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION City of Fort Worth SC-7.02., "Coordination" Flammable and Combustible Liquids Construction Permit 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 Authori None 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SC-8.01, "Communications to Contractor" None SG9.01., "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 SC-16.O1C.1, "Methods and Procedures" None END OF SECTION CTTl' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No_ 01829 Revised July 8, 2013 011100-1 SUMMARY OF WORK Page 1 of 3 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION Ol 11 00 SUMMARY OF WORK 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to" 10 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1- General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 13 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and perfonning 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 3, 2013 oi iloo-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by raikoad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. b 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit_ 8 D_ Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained pernussion from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy fumished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to a11 conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work_ 24 a. Such notice shali be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for a11 fence work associated with easements, including removal, 40 temporary closures and replacement, shall be subsidiary to the various items bid 41 in the project proposal, unless a bid item is specifically provided in the 42 proposal. CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 3, 2013 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND fIANDLING [NOT USED] 7 111 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WA,�tRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] i l END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS City Project No. 01829 Revised July 3, 2013 oizsoo-i SUBSTI'I'UTION PROCEDURES Page 1 of 4 1 2 3 PARTl- GENERAL L"i.!'l_��1��� � � � ��il SECTION Ol 25 00 SUBSTITUTION PROCEDURES 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 l. None. 16 17 18 19 1.2 20 21 22 C. Related Specification Sections inciude, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADIVIINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 oizsoo-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUSMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 l. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Productexperience a) Location of past proj ects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable conceming proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description ofproposed method 2) Illustration drawings C. Approval or Rejection l. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattem of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 2 3 4 5 6 7 8 9 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if• a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent � 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] i l 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDTTIONS [NOT USED] 1.12 WA►RRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] F•L•7 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 01829 Revised July 8, 2013 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above proj ect: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone Recommended _ Recommended Not recommended Received late By Date Remarks For Use by City: Approved City Date Rej ected CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtIMEN'TS City Project No. 01829 Revised July 8, 2013 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 2 3 PART 1- GENERAI. _ Ju_lu_:_ . 1 SECTION Ol 31 19 PRECONSTRUCTION MEETING 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 11 12 13 1.2 14 15 16 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a_ The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8 2013 O1 31 19 -2 PRECONSTRUCTION MEETING Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section Ol 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility cleazances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments. CI'I'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8 2013 O1 31 19 -3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD (SITE] CONDITIONS [NOT USED] 8 1.12 WA,RRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] i l END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8 2013 013120-1 PROJECT MEETINGS Page 1 of 3 1 2 3 PARTl- GENERAL 4 L1 SITMM[ARY 5 6 7 8 9 10 11 12 13 14 1.2 SECTION Ol 31 20 PROJECT MEETINGS A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIItEMENTS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of ineeting to be determined by the City. 3. Attendees a. Contractor CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS City Project No. 01829 Revised July 8, 2013 013120-2 PROJECT MEETINGS Page 2 of 3 1 2 3 4 5 6 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 4 F� 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. Attendance shall include: a. Contractor's proj ect manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d_ Engineer's representatives e. City's representatives f. Others, as requested by the Proj ect Representative Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts � c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i_ Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards l. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project . n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01829 Revised July 8, 2013 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 l.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WA,�tRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 23 C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SUNIlVIARY SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE 5 A. Section Includes: 6 l. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICE AND PAI'MENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Definitions l. Schedule Tiers a. Tier 1- No schedule submittal required by contract. Small, brief duration projects b. Tier 2- No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3- Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4- Schedule subxnittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5- Scheclule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring.progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 O13216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 l. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed aud known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 17 18 19 B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Guidance Document. C. Responsibility for Schedule Compliance l. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holida.y work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8,2013 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make fmdings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City fmds that the requested extension of time is entitled, the City's 12 detennination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a_ No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 E. Coordinating Schedule with Other Contract Schedules 1 2. c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules_ In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 21 22 23 24 25 1 2. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Prixnavera (P6 or Primavera Contractor) Submit draft baseline Schedule to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 31 32 33 34 C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Fina1 Acceptance has been issued by the 39 City, no further progress schedules are required. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WA,�tRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED) 15 PART 3- EXECUTION [NOT USED) 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 SECTION 0132 33 PRECONSTRUCTION VIDEO 1.1 StiTPvIMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES (NOT USED] 1.4 ADMINISTRATIVE REQUIltEMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WA,�tRANTY [NOT USED] PA.RT 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised Iuly 8, 2013 013300-1 SUBMITTALS Page 1 of 8 1 2 3 PARTl- GENERAL 4 l.l SLJ�VIMARY SECTION Ol 33 00 SUBMITTALS 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 l. None. 14 15 16 17 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 l. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQLTIltEMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing tixnes including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication fl Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenu, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 013300-2 SUBMITTALS Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1 1ii1:: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing G Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to dete�nine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c_ Certification Statement 1) "By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1 F� Fold shop drawings larger than 8%2 inches x 11 inches to 8%2 inches x 11 inches. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'TS City Project No. 01829 Revised July 8, 2013 O13300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials i l 8_ Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 F. Shop Drawings l. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs CTFY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 013300-4 SUBMTTTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop dxawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2_ The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1 _ Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 013300-5 SUBMITTALS Page 5 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings retumed, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving depa.rtures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 013300-6 SUBMITTALS Page 6 of 8 1 b. Code 2 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 3 the notations and comments IS NOT required by the Contractor. 4 a) The Contractor may release the equipment or material for manufacture; 5 however, all notations and comments must be incorporated into the 6 final product. 7 c. Code 3 8 1) "EXCEPTIONS NOTED/RESUBMTT". This combination of codes is 9 assigned when notations and comments are extensive enough to require a 10 resubmittal of the package. 11 a) The Contractor may release the equipment or material for manufacture; 12 however, all notations and comments must be incorporated into the 13 fmal product. 14 b) This resubmittal is to address all comments, omissions and 15 non-conforming items that were noted. 16 c) Resubmittal is to be received by the City within 15 calendar days of the 17 date of the City's transmittal requiring the resubmittal. 18 d. Code 4 19 1) "NOT APPROVED" is assigned when the submittal does not meet the 20 intent of the Contract Documents. 21 a) The Contractor must resubmit the entire package revised to bring the 22 submittal into conformance. 23 b) It may be necessary to resubmit using a different manufacturer/vendor 24 to meet the Contract Documents. 25 6. Resubmittals 26 a. Handled in the same manner as first submittals 27 1) Corrections other than requested by the City 28 2) Marked with revision triangle or other similar method 29 a) At Contractor's risk if not marked 30 b. Submittals for each item will be reviewed no more than twice at the City's 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted_ c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 013300-7 SUBMITTALS Page 7 of 8 1 8. If the Contractor considers any correction indicated on the shop drawings to 2 constitute a change to the Contract Documents, then written notice must be 3 provided thereof to the City at least 7 Working Days prior to release for 4 manufacture. 5 9. When the shop drawings have been completed to the satisfaction of the City, the 6 Contractor may carry out the construction in accordance therewith and no further 7 changes therein except upon written instructions from the City. 8 10. Each submittal, appropriately coded, will be returned within 30 calendar days 9 following receipt of submittal by the City. 10 L. Mock ups 11 1. Mock Up units as specified in individual Sections, include, but are not necessarily 12 limited to, complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Remove at the completion of the Work or when directed. 14 M. Qualifications 15 1. If specifically required in other Sections of these Specifications, submit a P.E. 16 Certification for each item required. 17 N. Request for Information (RFn 18 1. Contractor Request for additional information 19 a. Clarification or interpretation of the contract documents 20 b. When the Contractor believes there is a conflict between Contract Documents 21 c. When the Contractor believes there is a conflict between the Drawings and 22 Specifications 23 1) Identify the conflict and request clarification 24 2. Use the Request for Information (RFn form provided by the City. 25 3. Numbering of RFI 26 a. Prefix with "RFI" followed by series number, "-�", beginning with "O1" and 27 increasing sequentially with each additional transmittal. 28 4. Sufficient information shall be attached to permit a written response without further 29 information. 30 5. The City will log each request and will review the request. 31 a. If review of the project information request indicates that a change to the 32 Contract Documents is required, the City will issue a Field Order or Change 33 Order, as appropriate. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMTTTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALTTY ASSURANCE [NOT USED] CI'TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2Q 13 013300-8 SUBMITTALS Page 8 of 8 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCITMENTS City Project No. 01829 Revised July 8, 2013 013513-1 SPECIALPROJECTPROCEDURES Page 1 of 8 1 2 3 PART1- GENERAL 4 1.1 SUNIlVIARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 SECTION 0135 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Coips of Engineers i. Coordination within Raikoad permits areas j. Dust Control k. Employee Parking l. {Coordination with North Central Texas Council of Governments Clean Construction Specification [remove if not required] } B. Deviations from this City of Fort Worth Standard Specification l. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1— General Requirements 25 3. Section 33 12 25 — Connection to Existing Water Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment l. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials fizrnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) AdditionalInsurance 5) Insurance Certificates CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenu, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 01829 Revised July 8, 2013 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site . c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification, unless a date is specifically cited. 24 2. North Central Texas Council of Governments (NCTCOG) — Clean Construction 25 Specification 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Coordination with the Texas Department of Transportation 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (T�OT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the T�cDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines l. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 2. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 3. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1 � General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as"Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or altemative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section O1 31 13 C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 F. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate, for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accorda.nce with Section 33 12 25. 9 b. If needed, obtain a hydraut water meter from the Water Department for use 10 during the life of named proj ect. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7, Chapter 28.03 (Criminal Mischie fl and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition, the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 G. Public Notification Prior to Beginning Construction 1. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name ofProject b) City Project No (CPI� c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number fl Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as Exhibit A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 H. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction, prepare and deliver a notice or flyer of 46 the pending interruption to tlie front door of each affected resident. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 013513-5 SPECIALPROJECTPROCEDURES Page S of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. I. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. J. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were personnel were present on Site. K. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 L. Employee Parking 2 1. Provide parking for employees at locations approved by the City. 3 M. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 4 Construction Specification [if required for the project — verify with City] 5 l. Comply with equipment, operational, reporting and enforcement requirements set 6 forth in NCTCOG's Clean Construction Specification.} 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS [NOT USED] 16 PART 3- EXECUTION [NOT USED] 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 2011 19 CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 O13513-7 SPECIALPROJECTPROCEDURES Page 7 of 8 1 2 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: lo Mapsco Location: 11 Limits of Construction: 12 13 E��IT A (To be printed on Contractor's Letterhead) 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PL.EASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS City Project No. 01829 Revised July 8, 2013 013513-8 SPECIAL PROJECT PROCEDURES Page S of 8 1 0 �:11: : FORT WORTH � DOE IiO. XX]CX Projeet Ilaa�e: I�IOTICE OF 'tEMPORARY WATER SERVICE � II�ITERRQP'tIOI�I DUE TO UTILITY IMPROVEIVIENTS IN YOUR NEIGHBORIi00D, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENI� (TELEPHONE NUMBER) OR MR AT (CIT'Y INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHOiiT AS POSSIBLE. THANK YOU, CONTRACTOR 3 4 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTTON SPECIFICATION DOCCTMENTS City Pmject No. 01829 Revised July 8, 2013 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 2 3 PART1- GENERAL SECTION Ol 45 23 TESTING AND INSPECTION SERVICES 4 1.1 SUIVIlVIARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 25 1.3 A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. REFERENCES [NOT USED] 26 1.4 ADMINISTRATNE REQUIItEMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be perforxned by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another eaternal FTP site approved by the City. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection l. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 22 1.9 QUALITY ASSLTRANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WA�I3RANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] m 29 END OF SECTION Revision Log DATE NAME SUMM:ARY OF CIIANGE 30 CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 O15000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 2 SECTION 0150 00 TEMPORA.RY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SIT�VIlVIARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1— General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 l. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRA.TIVE REQLTIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 oi s000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 4. 11 12 13 5. 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and e�sting buildings. 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 015000-3 TEMPORARY FACILTI'IES AND CONTROLS Page 3 of 4 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 16 E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WA,RRANTY [NOT USED] 17 PART 2- PRODUCTS [NOT USED] 18 PART 3- EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 20 3.2 E�:AMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 Ol 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR) / [RESTORATION] 2 3.6 RE-INSTALLATION 3 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, to a 10 condition equal to or better than prior to start of Work. i i 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 16 CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 2 5 6 7 8 9 10 11 12 13 14 15 16 SECTION Ol 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1- GENERAI. 4 1.1 StifiVIlVIARY A. Section Includes: l. Admiuistrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (T'MUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control l. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare trafFic control plans in accordance with Section 34 71 13 and submit to City for review. 1) A11ow minimum 10 working days for review of proposed Traffic Control. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 01829 Revised July 8, 2013 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised tra�c control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. 16 D. Removal of Street Sign 17 1. If it is determined that a street sign must be removed for construction, then contact 18 City Transportation and Public Works Department, Signs and Markings Division to 19 remove the sign. 20 21 22 23 24 25 26 27 28 E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MtTTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traff'ic Control Standards 29 1. Traffic Control Standards can be found on the City's Buzzsaw website. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMTTTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 01829 Revised July 8, 2013 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.9 QUALITY ASSLTRANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 l.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRAIVTY [NOT USED] 5 PART 2- PRODUCTS [NOT USED] 6 PART 3- EXECUTION [NOT USED) 7 8 � END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 2 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION 3 PART 1- GENERA.L 4 1.1 SI1�vIMARY 5 6 7 8 9 10 11 12 13 14 1.2 15 16 17 18 19 20 21 1.3 22 23 24 25 26 27 28 29 30 31 32 33 34 1.4 35 36 37 A. Section Includes: l. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 31 25 00 — Erosion and Sediment Control PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Terirunation: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls ADMINISTRATIVE REQUIl2EMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCi7MENTS City Project No. 01829 Revised July 8, 2013 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 1_ Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transporta.tion and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted_ a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP 1. Submit in accordance with Section O1 33 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 i B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section Ol 33 00. 4 1.6 ACTION SUBMTTTALSlINFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE (NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 l.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WA1tRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 �►�.' SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE 1.1 SUMMARY A. Section Includes: l. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requi,rements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIltEMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTA.LS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WA,RRANTY [NOT USED] PART 2 - PRODUCTS 27 2.1 OWNER-FiTRNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIl'MENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAM��IATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIl2 / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION (NOT USED] 20 3.7 FIELD (ox] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADNSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 31 END OF SECTION C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 2 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 01829 Revised July 8, 2013 016000-1 PRODUCT REQUIIZEMENTS Page I of 2 i 2 3 PART1- GENERAL �U�_._.i _ SECTION O1 60 00 PRODUCT REQUIlZEMENTS 5 A. Section Includes: 6 1. A listing of the approved products for use in the City 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADNIINISTRATIVE REQUIREMENTS 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 A. A list of City approved products for use is attached to this Section. B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. l. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not ali products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section O1 33 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSITRANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING (NOT USED] CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WA,�ZRANTY [NOT USED] 3 PA.RT 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION Revision Log DATE NAME SUNIMARY OF CHANGE C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 01829 Revised July 8, 2013 016600-1 PRODUCT STORAGE AND HANDLING REQUIItEMENTS Page 1 of 3 1 2 SECTION Ol 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 1.1 SIIMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIItEMENTS [NOT USED] 1.5 SUBMITTA.LS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMTTTALS [NOT USED] 1.7 CLOSEOUT SUBMTTTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to a11ow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCtJMENT'S City Project No. 01829 Revised July 8, 2013 O16600-2 PRODUCT STORAGE AND HANDLING REQUIlZEMENTS Page 2 of 3 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 11 12 13 14 15 16 17 C. Storage Requirements l. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 18 3. 19 20 21 22 4. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 5 7. 8. 9. 10 Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. Store in manufacturers' unopened containers. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. 39 l.11 FIELD [SITE] CONDITIONS [NOT USED] 40 1.12 WARRANTY [NOT USED] 41 PART 2- PRODUCTS [NOT USED] CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENT'S City Project No_ 01829 Revised July 8, 2013 016600-3 PRODUCT STORAGE AND HANDLING REQUIltEMENTS Page 3 of 3 1 PART 3 - EXECUTION 2 3 4 5 �r 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIlZ / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non-Conforming Work 1. Rej ect all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USEDj 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 28 CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City Project No. 01829 Revised July 8, 2013 017000-I MOBILIZATION AND REMOBII,IZATION Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUIVIMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 SECTION Ol 70 00 MOBILIZATION AND REMOBIL,IZATION A. Section Includes: 2. Mobilization and Demobilization 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 performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated 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) Removal of a11 buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 3. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents 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 Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenu, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 oi�000-2 MOBILIZATION AND REMOBIL,LZATION Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 3 � Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 21 22 B. Deviations from City of Fort Worth Standards 2. None 23 C. Related Specification Sections include but are not necessarily limited to 24 2. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 25 Contract. 26 1.2 PRICE AND PAYMENT PROCEDURES 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Measurement and Payment 2. Mobilization and Demobilization a. Measurement and Payment 1) Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this item. 3. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization preformed. b. Payment 1) The work performed in accordance with this Item will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section l.l.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Proje�t No. 01829 Revised July 8, 2013 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 4. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of 00 72 00 General Conditions. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 5. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed in accordance with this Item will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section l.l.A.3.a.1) 2) Demobilization as described in Section l.l.A3.a.2) 3) No payments will be made for standby, idle time, or lost profits associated this Item. 6. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed 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 mobilization 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 l.l.A.3.a.2) 3) No payments will be made for standby, idle time, or lost profits associated this Item. 35 1.3 TO 1.12 [NOT USED] 36 PART 2- PRODUCTS [NOT USED] 37 PART 3- EXECUTION [NOT USED] 38 END OF SECTION CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 017000-4 MOBILIZATION AND REMOBIL.IZATION Page 4 of 4 Revision Log DATE NAME SiJ1VIIv1ARY OF CI�ANGE [2010 JAN 06] CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMEN'TS City Project No. 01829 Revised July 8, 2013 017123-1 CONSTRUCTION STAKING Page I of 3 1 2 3 PARTl- GENERAL 4 1.1 SITIVIIVIARY SECTION Ol 7123 CONSTRUCTION STAKING 5 A. Section includes: 6 1. Requirements for construction staking. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 l. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES (NOT USED] 17 1.4 ADMINISTRATIVE REQUIItEMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Construction Stakes 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. 3. General a. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. b. Contractor is responsible for preserviug and maintaining stakes furnished by City. c. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. 1) The cost for staking will be deducted from the payment due to the Contractor for the Project. 1.5 SUBMTTTALS A. Submittals, if required, shall be in accordance with Section O1 33 00. 1. All submittals shall be approved by the Engineer or the City prior to delivery. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 O17123-2 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Certificates 3 1. Provide certificate certifying that elevations and locations of improvements are in 4 conformance or non-conformance with requirements of the Contract Documents. 5 a. Certificate must be sealed by a registered professional land surveyor in the 6 State of Texas. 7 B. Field Quality Control Submittals 8 1. Documentation verifying accuracy of field engineering work 9 1.7 CLOSEOUT SUBMITTA.LS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] i l 1.9 QUALITY ASSURANCE 12 A. Use adequate numbers of skilled worlanen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the specified requirements 14 and the methods needed for proper performance of the Work. 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS (NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 E�:AMINATION [NOT USED] 22 3.3 PREPARATION 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered. ZS 3.4 APPLICATION [NOT USED] 26 3.5 REPAIR / RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD [oR] SITE QUALITY CONTROL 29 A. Preserve permanent reference points during progress of the Work_ 30 B. Do not change or relocate reference points without approval from the City. 31 C. Utilize recognized engineering survey practices. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvemenu, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised 7uly 8, 2013 017123-3 CONSTRUCTION STAKING Page 3 of 3 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 A.DJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 311 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION � 10 Revision Log DATE NAME SUNIMARY OF CHANGE - CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 01829 Revised July 8, 2013 017423-1 CLEANING Page 1 of 4 1 2 3 PART 1- GENERA.I. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 SECTION Ol 74 23 CLEANING 1.1 SiTM1VIARY A. Section Includes: 1. Intermediate and fmal cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIltEMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 01 74 23 - 2 CLEANING Page 2 of 4 i l.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 E�:AMIlVATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIl2 / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 altemate manner approved by City and regulatory agencies. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airbome or transported by flowing water during the storm. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of trafFic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, mauholes, structures, junction boxes and inlets. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOC[JMENTS City Pmject No. 01829 Revised July 8, 2013 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 0 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10 CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 017719-1 CIASEOUT REQUIItEMENTS Page 1 of 3 1 2 3 PARTl- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 SECTION Ol 7719 CLOSEOUT REQUIREMENTS 1.1 SUNIMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMEN'TS City Project No. 01829 Revised July 8, 2013 01 77 19 - 2 CIASEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 E�:AMINATION [NOT USED] � 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: l. Project Record Documents in accordance with Section O1 78 39 2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 74 23. C. FinalInspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of a11 equipment CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCt7MENTS City Project No. 01829 Revised July 8, 2413 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1'7 18 19 20 21 22 23 24 25 26 27 28 29 D. Notice of Project Completion l. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Proj ect Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUA.LITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 A.DJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 2 3 PARTl- GENERAL 4 1.1 StifPvIlVIARY 5 6 7 8 9 10 il 12 13 14 15 16 17 SECTION 0178 23 OPERATION AND MAINTENANCE DATA A. Section Includes: l. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. TrafFic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from tlus City of Fort Worth Standard Specification l. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payxnent 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section O1 33 00 Submittal Procedures. All 28 submittals shall be approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8%z inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Te�ct: Manufacturer's printed data, or neatly typewritten CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Tit1e of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable infoimation 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Proj ect Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Pmject No. 01829 Revised July 8, 2013 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition Z) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manua1 for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instnzctions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life ofparts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 i. J• k. 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electricalservice 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. Charts of valve tag numbers, with location and function of each vaive List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage Other data as required under pertinent Sections of Specifications 30 1.7 CLOSEOUT SUBMITTALS (NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 l.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SLT�vIlV1ARY OF CHANGE CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I of 4 1 2 3 PART1- GENERAL 4 5 6 7" 8 9 10 11 12 13 14 15 16 17 1.1 SLfPvIMARY SECTION Ol 78 39 PROJECT RECORD DOCUMENTS A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Proj ect Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 30 31 32 33 34 35 36 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other pocuments where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENT'S City Project No. 01829 Revised July 8, 2013 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 l. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 l.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WA,RRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [ox] OWNER SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCLTMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Fina1 Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 23 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAM[INATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCLTMENTS 33 A. Maintenance of Job Set 34 l. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CTTI' OF FORT WORTA Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section Ol '71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Fina1 physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future mod�cations of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01829 Revised July 8, 2013 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other pocuments 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD (oR] SITE QUALITY CONTROL (NOT USED] 17 3.8 SYSTEM STA.RTUP [NOT USED] 18 3.9 ADNSTING [NOT USED] 19 3.10 CLEANING [NOT USED) 20 3.11 CLOSEOUT ACTIVITIES [NOT USEDJ 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 25 END OF SECTION Revision Log DATE NAME SLtNIMARY OF CHANGE 26 CTl'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 1 UTILITY REMOVALABANDONMENT Page 1 of 15 1 2 Cc����7��[i����i�1..7:�11 4 1.1 SUIVIlVIARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 OSECTION 02 41 14 UTILITY REMOVAL/ABANDONMENT A. Section Includes: 1. Direction for the removal, abandonment or salvaging of the following utilities: r.,��,,,a;,. n.-„*o,.�;�„ rro�+ �+.,*;,...� b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box h. �,.r,._e�� «r..+o,. ��.,,,,�� i. Sanitary Sewer Lines j. Sanitary Sewer Manholes �. &���ewe��s���s ��e�e�e��� a. c�,.,.,,., ee..,e.. r„„,.�;,.„ u,..,e� 6. Q�..,.,,., Qo.:.e T..to� �z,,., r•„i..o..�., P• uo.,a....,i�� .,�a e..� ��, �..a •r,.o.,�,...o..+� T,-o„ ..1. Tl.-.,;., � 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. �eae. Measurement and payment for this item shall be considered subsidiary to all 2� work. 28 C. Related Specification Sections include, but aze not necessarily limited to: 29 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 30 2. Division 1— General Requirements 31 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 32 4. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 33 5. Section 33 OS 24 — Installation of Carrier Pipe 34 6. Section 33 11 11— Ductile Iron Fittings 35 ��eEt�e�����--Cese-�e�e �es,s n;..e ,�.,,. . °a �:..e �,°oi r.,�;,,ae,. rr<.,..e , , 36 8. Section 33 11 14 — Buried Steel Pipe and Fittings 37 9. Section 33 12 25 — Connection to Existing Water Mains 38 1.2 PRICE AND PAYMENT PROCEDURES 39 � T Tt;l;t.. T; o 40 . CITY OF FORT WORTH Casino Beach and Watercress �c�ive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 2 UTILTI'Y REMOVALABANDONMENT Page 2 of 15 i a. �e�s��� 2 3 . . 4 �, n + ��� 5 6 « » � « » 8 9 s. 'rt,o r,-:,.o t�;a �t,.,n ;,.�.,ao. 10 i� r„, ao.,.,;,.. „o�i„i.,,- ,,,- „+ ,... �r er�r 11 il Zl� IZ Z 1 D.,..o.,�, o,..+ ,-o ,..1 13 4��ca3vaszivu � 14 ���'�6 15 �Bis�e��e�c-es.r-��e�i-a� 16 � , 17 ��--I� 18 �. , 19 . 20 21 ��� 22 �. �y�e�t 23 24 " " 25 " " 26 a� �r.,,-;,.,,.. ,t,r,e� ,.� o..;r�;,,,� „*;i;,t. �;..o 27 �� �.'-^��T:�s 28 �e�ee��-��: 29 30 Z� n.,.,o...o..� ,.e...,,...,� 31 �� �.. .,�- 32 4'�� 33 �'T-b��e�l�e�c�s.��eFi�� 34 � , 35 ��-�� 36 3_ Utility Line Removal, Same Trench 37 a. Measurement 38 1) This Item is considered subsidiary the proposed utility line being installed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 are subsidiary to the installation of proposed utility pipe and sha11 be 42 subsidiary to the unit price bid per linear foot of pipe complete in place, and 43 no other compensation will be allowed. 44 . 45 �. r,ro o ..* 46 47 �a�e� 48 �.��e�� CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENI'S City Project No. 01829 Reviserl July 8, 2013 OZ 41 14 - 3 UTILITY REMOVAUABANDONMENT Page 3 of IS 1 2 3 4 5 6 7 8 9 10 ll IZ 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 « » ,,,,.,+ _ �cu'�l' «A��tt'fl,.�.7;,, T � Q�.,� » um��ns . � cav���c-rsccc a— Tl,e „ o t,;.a �l,.,ll ; „1, ,a v. , '�`--�b�r�s���e�E� �� a�� �j--� _� n...,e_..,.,,,, ,-o ,.,i 4�--�sa�-�t-�e� ��-�� �� r,;�,.,.�.,i ,.�o..,.o .,+or:.,i� v � �T—�r�.znrup B. Water Lines and Appurtenances l. Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 4 UTILITY REMOVALABANDONMENT Page 4 of 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 6) Disposal of excess material 7) Fumishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes c. The price bid sha11 include: 1) Removal and Salvage ofvalve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up �. Wate�V-a��=e-�a��m 11 T,f t f;�,. *1,;.. T*o.,, '11 1. 1, *o.- l�.o r,. L.o 7....,,.7�.,,o.a r�-z.=E�S�i'E.�E�rn�r-cm�zccm�rnrvc�ci vuca-`v`Paccr=dccrr�. cv-ac-icvcraavaca. v.—Z-a`y'xacac « » �t�nEe-��-per-�,�^'� "�e���za�e�-a� " : ��--����e�es Tl,a .,r:..o L.;.a �7,.,11 ;.,,.t,,,ao- 1) CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 5 UTILTI'Y REMOVALABANDONMENT Page 5 of 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 C 7. �}� ����e��t�e�n 4� �., .,, •,. 7�AY1Yf� �� r�;�..,.�„i ,.�e.,,.e� ,,..,�o,.:.,i., v � 8) �� Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "MeasuremenP' shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishi.ng, placement and compaction of backfill 8) Clean-up Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up T �fo ,,,� \ TRo..�,,..o...o,..r F,-+t,;� T�o..� ..;71 L.o .. ,.1, .,..*or � ..1;,,.. �*��;.,,, t., t,o �� b. �� 1) « » « » CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 024114-6 UTILITY REMOVALABANDONMENT Page 6 of 15 1 . �ri,o ....:,.o �.;a �t,.,» ;..,.i„aa_ i i +e,. �;,,,. �,. 2 c�36�=nri�a ur�4rgc-6 �4'zccrS3�Pr�g-�czr�6a 3 �� r�et;.,o,... +,. .F'� 4 �� �.,..o,...o,,, ,-o ,..i 5 4' �� ^*• 6 � � „��=o �� r�- i � *o.-;.,�� % v�i'�v�urv'fciti.tia��:n=uuccrrccr�� 8 � 9 Q� r� 10 n r�,.r,.,.e�e �x�.,�e_ v,,,,i� n e,...,..,..i 11 . ",ro ~+ 12 13 �� 14 �. $a�� 15 16 " " 17 ,,;� ,. e �.;a ,..o .,,.i, «o,,.....,.<,,, r,..,,...�+� �x�.,�,,,. ��.,,,�+» 18 . 'rwo ..r:,.o t�;a �t,.,t� ;,,,.�,.ao: 19 �}--� o�e€eenc-�e�e�v-��e��� 2� iTrDc2$i6V��^�'v�ge-�� �8iz3vtci�6rE£��6$��i6 z�+•'c�appnE$vic 21 �� no,..,..,.,� .,�t,.,,.o .,..,a aoi;<.a,t,,,�.,..<,.,.,i.,o., *,, r;.., ;�,,....�;,..,t�ie �� � 22 4� �e,,,,,<,,,i .,�.,..,.o „ra aoi;<,o...>,.�.,.,<, ,,,�e..,...,e,o..� �,, r;,t. ;�.,,..,.�;,..,i.to �" � 23 �`�e�+m.-�4� 24 ��c-a�t�e� 25 ""�� . i���s�e - - - • : . 29 �� .,;+.,.... �o.t,o,. r ; .,a n....,,.-to.,.,,,,.o� 30 . 31 . "To ~+ 32 33 �^ ^+^� 34 '�.�� 35 36 r.�H{�-nieas�tie�a$-��i�e�iaxcc`�c;'�r`z.=eii " �l,.,lt t�.o ,..,:,�1 f r �� �1,0 37 « » 38 �}- V-a�i^�_ =—�- 39 e. �r�,o .. o i,;a ��,.,n ;,.�„ao: 40 41 i} ��x�e�c,���� 42 � �..,..,.,.,�;,.., 43 4`�g 44 3�� 45 �� r�• � � +e�.,� vT��i a^p ^v�rv^r-c-i� c c��-ruu � oriu: 46 , 47 $-}—E-�e�-�� 48 �. �.,,,;�.,,.�, co.�,,� ..i.,,�o vo.,..,,.,,,� 49 . r,re.,�,...e „� CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 0241 14-7 UTILTI'Y REMOVALABANDONMENT Page 7 of 15 1 11 M� o „+ �,. , �, - � r�o ,; � i �. �, •+ i, ��u o� ,.�,.,.....o , ...... r � 2 �� 3 ��a�e� 4 11 Th�o,o�;�o..� oa .,a .,* �� i, a a •,.i- ,�• T� - ua 5 �r�ez�s�ed-as-��e��r�e�-t�t�e� "��4��e�e�' �� n �. •a � �,.�. .. ( �i�n�it nnC� 1..'7 e� ......: ti' cc�p�..��,. C' ��f 1, t»� y .+ j+.� v vvvv a. . 7 ^��'^-�eas-c�e�e�� 8 e: —�e-��Ee-��^'z�^� 9 10 , ' �' .:..... j 1 ';l C�„'�sa t,,,.,,;..,,� o=o.,;.,�; c�v ci i�co� J ` b �'�g c�rJcm' .�a 12 4j�-c��{f,'�@ii�fl,� 13 �� �.,,..,.,.,*;�r 14 6��� 15 �� r�;�.,,,�.,� ,.�o.,,.o� .....,+er:.,i� 16 ' , 17 �—�}ea� 18 �. �.,..;*.,,.�, eo.�,o,. r„r *• c* ti v i 19 "�ro o ^* �. 20 21 . 22 �$-�� 23 ?; �?'}��=�c'oizcpe.-� �...�'a .. :`� u :�.,..�,�� u� L. ,a .7 •�1, *i,• r� ..v .. �.. auouc. 24 �� " 25 ii�':mz�,r-S�t}m�3i��,rE!f E't3 cc cP.4}1'(�"E'�G�iFe�F'�E�6�k�O " Czc�i6aa 26 e�l�e�����.,�,.,�'�^�� 2'7 28 z\ D.,..e«.e..� ,-e ..,1 29 �� �.,,...<..,*:,.,, 30 43 L��g 31 s� T,;�..,.r.,i ,.�e.,,.o „�e..:.,�.. 32 ' , 33 ""�� 34 n N,�,,. � .. r; o � a n,.. ,,,-�e e ��u��� 35 . 36 ��� � ^* A. 37 38 �e i�st�'� 39 �.�--�y�� 40 41 " " 42 " �� ' 43 �--���ie�ts�.�� 44 s�e-�ee��a ��^��: 45 46 ''�������} 47 �� �.,,..,.,,,�;,.,, 48 � �-7—u"�"'� 49 �--Eb�A¢ -- CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 8 UTILITY REMOVAUABANDONMENT Page 8 of 15 1 2 , 3 ��-�� 4 �.—,-c.r� ...,, �o.�,o . . ��.,,i���'� 5 r,ro e�+ 6 ,�:��� �.;� T,o.... . ,;» �,o .,e�-e�a.;�-�-seE�eF , io �,. ,�� 7 �� 8 ��-ay�e� 9 10 �nea�ed��ddec��e�- `�Ie�s�tre�e��sl���a-f�^~-u� *� 11 ��nse b�e� e�c-� "��e-�a�ks�e-�a$e�e� 12 �}—V-�a�s-��es� 13 �e gnse��^�^�^��,: 14 15 i ,aoi;..e....,.�,..,�+; ., i;,a �„ r;,t, ;�.,.,�i;,.��,�o > > 16 17 4}—€�ce�v�t�ea 18 �---��� 19 �� i,;�..,,�.,i „�o.,,.o� .,.,.,�er.,�� 20 � , 21 ��--�� 22 �. e�,....�, eo.�,o.. T„�,.�;,.r �,.., vo,...,..,.,� 23 . ",ro �+ 24 11 T�io.,n,,,.e..,o,.+ � r r1,;� T+o.,� .�.;11 t.o ., .,..7, �*.,.-,�, � a Y,�.t�.�„ rtr,,..t,,,-a ZS +., L.o oA 26 �--�� 27 28 a��e�s�e�-�s-�e��e�-�e� `��4 » ��..,» �.o ,..,:a � ,- .,� ,-�,e 29 i��$E2-�i�3G��6�"�2iii@���i�c�6i RvA3F"-z i: 3� =E��A�'sri�S 31 . . 32 33 �� �e,,..,..,,,i „i.,,,,.e .,,,a ao�;.,o,-.. ,.�,..,..� ; ., i;,a *„ r;,t, ;f.,.,��;�.,�,te > > 34 �����t�c�c�.� 35 4�E�e-��t�e� 36 �'�--�g 37 6� r,:�.,,.�.,� ,.fo..,.e� .,.,.,*er;.,i� 38 � , 39 � rig7--�o^^ ' p ' 1 ' �1:r.�_.�.���.. .n,. ' - 41 r�re o e..* �. 42 ��.�e�s��ea�e����e�e� e�e�-s�e�se�=e��e�fe�a-st�e�e 43 betag reme�e� 44 �.�� 45 46 "'u�-i�e�s�tfe�-a��6�iQe��ixa�'F' `��ear.rai-ei�3ei� " t,,,» t,o .,;a �_ _„* +�.� 47 " " 48 �ri,o ., o �.;a �t,.,it ; ,.i„ao. 49 CITY OF FORT WORTH Casino Beach and Watereress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 9 UTILITY REMOVALABANDONMENT Page 9 of 15 1 7\ Do„�..,.>.,1 .,1..,,.,e .,.,,a ,101;..0,-�. ,.F,..,�t ; „ 7;,i �.. ! 4+.. ;f.,,,.,1;..�b,lo .. ...� > > 2 �}�4e�c,�t-��� 3 .�� �.,,..,<,.,*;,.., 4 �' u�""'�s Jr ��i�Pv""�cci ��c1cC�"sZac^cicircciS 6 , � a� �� $ �. ��'�;{liiii-'�P.z� .. T„ 10� D o,�......, t 9 . Aifo 0 o...t 1� 1\ Ado.,..,,.-e...o.�.t F,- �L.;� T�e,�. ,.;it l.o ..o,- o.,..i, ��..,-«., � ,�lot t_ l,o ........ 1 1 i'c:mvvza: 12 1. D 4 ��� 13 14 "zcnnzizcaS�rG'���vdiQEf�-iiriaa.r�v'avcitE'iii2ii �� "l,�lt l,o ;`I f _�t tl�o 15 uia�izEB-1'viE�-�3Gif ('3C�i `�cc=ixv=P��A�3��"�6f: 16 es 17 �'� ��--:=�R�.�aes 18 . . 19 20 i� n.,.,o.,.,o„� ,.o,,,,,<,.,i 21 �� �..,..,.>.,�;,,,, 22 '4�-�� 23 3� T,;�,.,,�.,i „�o.,,.o� ,�..,�ori.,�� 24 , 25 �� r-�7--�,� �-^�^-'ap 26 6. ��,,,...,., �o.<,o,. r,,,,,.�;,,,, u,,., vo,..,,.<..,t 27 "�� ^+ �. 28 1\ Tde o..� �.-+1,;� T�o �b,.,il L.e o,- 1; .� f.,� .,f e �t;,, s.t.. . �. Jv :' 29 . 30 �.��� 31 32 �e�s�re�-as-���e `�eassttr�te�rt" �'�.,n'�� �.,:a � ,..,�'�� 33 " " • 34 . . 3S1\ D e,�......,t .,...a .a;.,...,r.,l .,� C'+.,,-.v, C'o,t.o.- R.�„ 36 �, �.,.,e...o.,� ,.e ,.,i 37 >> �.,,..,.>.,�;,,,, 38 4'�g 39 �� r,;nr„�.,� „fo.,,.e� .,,.,�ar;.,i� 40 � , 41 �' r'-,�--��P 42 ue.,a..,.,tt �e em v e,,,,,.>..i ��xv-ucc 43 �. r,ro o .,� 44 �� r,ro o.,+ f,- a,;., r�o ;tt we ,.t, t,e�a,� �l�_o�_�_.,� � ,t �uu 45 �,.o.,�...,o„� �c��r� �,. �.,o ,.o ,oa 46 b�ay�� 47 48 im�ea�tfed�f�C�ca�i�c��E,' `�easar ..,o.,�» �l,.,n 1,0 „�;a � .. .,� *t.o 49 ��Ee-����e�c����;u�rv-a�b4�£ ". CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 10 UTILTI'Y REMOVAUABANDONMENT Page 10 of 15 1 . . 2 3 Z� �.,.,o...o..� ro ,.,� 4 �—�,.,^^.�,^�,'^^ 5 4'�� 6 c� r�;�.,,,�.,� ,.ro.,,.o .,*o..:.,�., 7 , 8 �� r� 9 . 10 &. r,ro o.,� 11 i � �,ro.,�,,,-e,,,o..� � ,- ��.;� r*o,,., ��,.,i� �,o .,o,- i;,,o.,.- � „* „� ��,....,.. .,o o,. �,-o..,.�. 12 . 13 �a� 14 15 " " 16 " " . 1% u\ �T.,,-:�.,,� � o ig. 'i'1,e,...:..e t.;,i �1,.,11 ; ,.1,,,7e: 19 2O z7—$c��G�a2$�2m^v'v'c1i 21 � �.,,.�.,.,�_„� � 22 '"�� 23 24 � , 25 ��-�� 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQiTIREMENTS 28 A. Coordination 29 1. Contact Inspector and the Water Department Field Operation Storage Yard for 30 coordination of salvage material retum. 31 1.5 SUBMITTALS (NOT USED] 32 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING 37 A. Storage and Handling Requirements 38 1. Protect and salvage all materials such that no damage occurs during delivery to the 39 City. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewet Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 11 UTILITY REMOVAUABANDONMENT Page 11 of 15 1 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WA,RRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURl�tISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED) 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 REMOVA.L, SALVAGE, AND ABANDONMENT 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Water Lines and Appurtenances l. Water Line Pressure Plugs a. Ductile Iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. Z) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 1 l. 3) Perform Cut and Plug in accordance with Section 33 12 25. /"�,,..,.,.oro D«o� o D;..o T2�,- \S7,-.,,...o.a Q+eol (�..1;...io.- T<....o �x7..�e,. T; v. VV11V1V1.V 11VJJ�l:�3LZZfJv� 7 � i�--��e-���,m-�e��^,_��uee �-e��se��t��eEt�e�--3�-0-5 1� z� ni,,,.,,�;..,�. a���c-��e��t,g�e�e�l-n��c�-�'���D�a ,...a.,�,.e . .;*�, �o„*;,,,, �� , , , z• ,. � �� n �.i;..a �.,,,,.e ; ,,..a.,.. ,;*�, ee,.�;,.,, �� , � , � 31 vo,.� ,..,., r„� .,,,,a ni,,,. ; ,.,.a..r,.,, ,�,;+t, �o„�;,.,, zz �� �c J7� li . d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 OS 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCITMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 12 UTILITY REMOVALABANDONMENT Page 12 of 15 1 2. Water Line Abandonment Plug 2 a. Excavate and backfill in accordance with Section 33 OS 10. 3 b. Plug with CLSM in accordance with Section 03 34 13_ 4 �. Z� , ,., .. e�� i,., r_..,.,,�;.,,� 5 .�..,.,,.,,,+o ,,,,a t�.,,.�,�n ; ,,,.,a.,.,,.o .t,;+t, �o,.�;�,. �� nc i n �, �,�,. i;,,o+,. �, �oa 6 v—�e(Vis�BF 6� �niScmgz�czo-oc�ioucc� % _ g ,- !''T �'Tit ; ..«,7.,,�,.o t,;+L. !12 2 �i 1 2 9 d. ,-,• ,.�,, o e .,�e .,, 10 4. Water Line Removal 11 a. Excavate and backf'ill in accordance with Section 33 OS 10. 12 b. Cut e�sting line from the utility system prior to removal. 13 c. Cut any services prior to removal. 14 d. Remove existing pipe line and properly dispose as approved by City. 15 �. �x�.,+e_v„�.,ene.,.,�.,,,i 16 .�.,,.,,.>.,�o .,.,,a i...,.v�;�i ; ,,,-a.,.,,.o ..,;+i. �o,.�;,.,, zz nc � n 17 . , . 18 e. �;n <,,,i.,o t,,.a<, ..,;�t, rr �r,r ; ,,,-a..r,.e .�.;��, ee,.�;,.,� n� �.� � � 19 20 21 22 23 24 25 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 OS 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 26 ���-�e��z�k� . .. ..* 27 . �.,,,.,.,.,+o .,�a t,.,,.v�;t� ; ,,..a.,r,.e ..,;*t, co,.�;,,., zz nc i n 28 �. ve�,.,,,.,e +�,o +,.., � � e� ,.��i.o ...,i.,o �t.,,.v .,,,,a ., ..,�..o o.,+o„�;,...� 29 . . 30 8. Fire Hydrant Removal and Salvage 31 a. Excavate and bacldll in accordance with Section 33 OS 10. 32 b. Remove Fire Hydrant. 33 c. Place abandonment plug on fire hydrant lead line. 34 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 35 Yard. 36 e. Protect salvaged materials from damage. 37 38 39 40 41 42 43 44 45 46 47 48 9. Water Meter Removal and Salvage a_ Remove and salvage water meter. b. Return salvaged meter to Proj ect Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non-cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of ineter box. . • .r� . �° " C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 13 UTILITY REMOVAUABANDONMENT Page 13 of 15 1 b. not; ..i� ea ,..,.,*o .,i �„ *t,e �x�.,+o,. r�o .,,.t,,, .,t �;ota n,.e .,+;,. e�,. ,..,� 2 �: 3 �r��acr�cc �— i�cricr �—rccciic%cmii�v'ss= 4 � . > �o .,,,a �,�,.v�;�t ; ,.,-a.,,,,.o .�,;�t� �a,.�;,,.. �Z nc � n 5 �. �e..,,.<,o .,,,a �„i.,.,,,e . „i� ra 6 E. ve,,,,,<,e „�a �..�...,,,o <>.,i<,o� 7 �. vo,,..,...o .,,,a �.,i.,.,,.o .,.,o,.o,.� 8 e. n �:. �. �w� : �a 4 �+�_.�� +� +�.o �x�.,�oi no.,.,,+ 4�„� �,o�,�n�,-�ts�n_cf�� . . ."..b�.. � . . ...� .. .... Y�t,...,.. ._.. � _... ...Y_'»"'.." ...'...'....a_ 9 � 10 � ve �a a• ,.�„ ,.�t,e ,,.+o o _ 11 r,o.,..,,i;�t, .,,,a ,. o o.,�;,-o ,. ,-o�o �„t* 12. �,_ r,;�..,.�e „�.,i� o .,,.,+o..;.,�� 13 . 14 �. � + a i, � �n • a •+i, c �• �z nc �n 15 �. vo o�t,o �,.,. �� �� ��*t,� �.,�1.,�,1;� t��+ �t,t�o„_�f..��� ,._^.a .,.,,,+e..�� 16 E. ����� -,r�e�,, ; ,.;a� <.,;�i, r�r �r,r ;,, .,� ,,,.a.,,,,.o t,;*t,_ca ���� zn � �. 17 . 18 -' .��"..'umi.�,eFe ,r�T�n�a�f]A��c �iag 19 .� + a t. t�it • a •+t, � *• z� nc i n 2� �. De,.,,,.,o .,,,,7 ,a;�,..,�o .,f ",,, �a::z�aa 21 . Dt,,...t.;�1. !'�T C'Tif ;., .,,- 7�,,..e ,:r;tlzi''��;..,, !1Z 1A 1.'2i. 22 . 23 .� � a t� i��i • a •��, ��• �� nc � n 24 �. T' ....+�. ....a a� �_ ��., . �_.. no �.�W+t,o o.��,-;,,n �� o t� t�e ,... A�oa .. .......,t,�� � »u�. � .�b� � .� ..Wa ' - - a-- 25 . �'il 7' "�l, T 7l �;�<. !'�olt„1... !=,-..,,+ ;,.. ..: ..i.,,,..o .:�;t1, t'e�.ti�., 2'2 !lG 7� 26 ,- /'`T CTif ; ...-.a.,,+..e r.;�b. !1Z 2� 1 Z. 2% �. il'� ..t'., nto ol- 28 3. Sanitary Sewer Line Removal 29 a. Excavate and backf'ill in accordance with Section 33 OS 10. 30 b. Cut existing line from the utility system prior to removal. 31 c. Cut any services prior to removal. 32 d. Remove existing pipe line and properly dispose as approved by City. 33 4. Sanitary Sewer Manholes Removal 34 a. Excavate and backfill in accordance with Section 33 OS 10. 35 b. Remove and salvage manhole lid. 36 c. Deliver salvaged material to the Water Department Field Operation Storage. 37 d. Demolish and remove entire conerete manhole. 38 e. Cut and plug sewer lines to be abandoned. 39 �. �.. ;�., , c�o .. T,. ,.+• ��� ,.�„ o vo ,� 40 � � ,a w � ��i • a •��, c �• �z nc �n �. ----_ _-- --- ----- — - = = — - - . . _ _ . . . 41 �.���e-a�1-�st�-v-a� , ...'",�� �;a 42 r�e�;. ..�, oa ,,,.,�e .,t �„ ��,o �x�.,� n ,-� e��- ia n e.u���u N�,.�. �. ���� ,������. �Y� �b� 43 . - 44 . r.,* ...,,a ..�,,,, � ,. �;,,or �� t,a_.�.,..,;,,..o�. 45 T'', e+,....�, eo.t,o,- r; „a n,..,,,,+a,,.,,,,.o� 46 �—�i�e��= , .,* ni,,,. 47 � � a t. � �tt ' ------�--- '�t, � �- zz nc �n A. _--_�. _-- —_ ------- — . - -- • C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 14 UTILTfY REMOVAUABANDONMENT Page 14 of 15 1 ��G�6Tt'k� "erimc: 2 6. Dl,,...�.;tl, ('T �'T�f ; .,,-.7.,.,..e �t.;�t, C'o..*;..,, !12 'Z�t 1'2 3 . 4 . �.,,.,,.,,,+o ,,..a t,.,,.v�t� ; ,...a.,,,,.o ..,;,t, �o,.�;,.,, �z nc � n 5 �. r�o.<>.,+o,-,�,o o;�+;,,,. t;ro �,. �.e ,,,-,,,,�oa 6 . � ,. rr �r�r ; ,.,.a.,r„o t,;�i, nz �n i� i �liSpv�c vx=au`�i,-���zaiccciiur. 9 �. �����e,- T ;..e D ow,.... 10 .�..,,.,...,+o .,,,a i..,,,v��i ; ,,,.,a.,..,.o «,;+i. �e,.�;,,,, �z nc i n 11 �����oo��,.,;��;,,,..,;..o t;,,e .,,,,� ., o,.i<, a;.,..,.�o ., .oa t,., r�;+�. 12 4. c�,.,-..., �o.T.o.- r..^4�-��"� 13 .�.,,..,...,�e ,,,,a i.,,,.��n ; ,...a.,,.,.e .�>;«i, �o,.*;,,., z� nc i n 14 . . 15 r �,....�.. �• ,,, �.o .,i..,..a,.,,oa �ci3� d$ -�-7 �g�crn�vc�r'vnmc.rcvvc-uvuaccvixca. 16 �. C+..,-..., �'e.�,o,- T,,....�;.... �..., .,,,.i/..,- T,,....�;.,.. C'+,-.,..�.,.-o De.�,.....,1 17 . �..,.,,.,,,*o ,,.,,a �..,,,t,-�t� ; ,._a,,,,,.e .t.;*t, eo,.�;,.,, �z nc i n i 8 v. �cax0i=9 "�o iE.�Or'cza�i{.iE6aE���B �citcE�i� 19 E�'�t-a����xgs�e� se�re�e��e���e��_ 20 ��+ c v. ��r' 21 .�..,.,..,,.�e .,.,a �.,,,.v�;ii : �,.,�.,,,,.o ..,;+i, ce,.,.;,,r �zz nc i n 22 b. r,e...,.�;��. .,,,a ,- � e-c��e#e�e�. 23 s. r�„+ .,.,,� ..i„n �*,,,.,,, �o e_,;re� .,. we „t,.,..,a,,..o,a 24 �. oivx� ocw'ci�v�A cmv=vui ZS� �.,,..,.,.,�o .,.,,a �.,,.v��i ; ,,,.a.,.,,.e ..,;*i, eo,.�;,,,, �� nc i n 26 b.��',�;� �,�.,�;..,. i;..o �.,.�.., ��.e „�;�;+�. � >��o.., .. ,. +,. ,.o ,.,� 27 . . a _� a• a i. �•+.. 2g . �c�iii0�8 G3f1'5��i� B-�Q-pivPczxj=vivpv�c-aszcpPiv`v'c¢v�—cn�= 2(� g. LTo.,,7....,11 /C'�T D e.v.,.....1 30 .�.,,..,.,.,�e .,,�a �.,.,.i�;i� ; �,-a.,,,,.o ,t,;�t, �o,.�;,.,, zz nc i n 31 �, ,-,e..,,,�;��, .,,,a . . .' e-e��e�e�e�. 32 . . 33 . 34 .�.,,..,.,.,�e .,,..a �.,,.v�;�i ; ,,,-,a.,..,.o .t,;�t, eo,.�;,.,� z� nc i n 35 b. 36 3.5 REPAIIt / RESTORATION [NOT USED] 37 3.6 RE-INSTALLATION [NOT USED] 38 3.7 FIELD [ox] SITE QUALTTY CONTROL 39 3.8 SYSTEM STARTUP [NOT USED] 40 3.9 ADJUSTING [NOT USED] 41 3.10 CLEANING [NOT USED] 42 3.11 CLOSEOUT ACTIVITIES [NOT USED] 43 3.12 PROTECTION [NOT USED] CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 02 41 14 - 15 UTILTI"Y REMOVAUABANDONMENT Page 15 of 15 1 3.13 MAINTENANCE [NOT USED] 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 5 Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 0241 IS-1 PAVING REMOVAL Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SUlVIlVIARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 SECTION 02 41 15 PAVING REMOVAL A. Section Includes l. Removing concrete paving, asphalt paving and brick paving. 2. Removing concrete curb and gutter. 3. Removing concrete valley gutter. 4. Milling roadway paving. 5. Pulverization of existing pavement. 6. Disposal of removed materials. B. Deviations from City of Fort Worth Standards ' .�� Measurement and Payment: a. Remove Concrete Paving: Measure by the linear foot of pipe installed between the saw cut lines. b. Remove Asphalt Paving: Measure by linear foot of pipe installed between saw cut lines. c. Remove Concrete Valley Gutter: Measure by linear foot of pipe installed. C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements 3. Section 32 11 33 - Cement Treated Base Course 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment l. Measurement 3. no....,,.,o r,..,,.,.o�o n.,.,;..,.. ,.,o o�..,.t,o � e,,,-a �.,...., i..,,.i. +,, t,.,,.v „f � V. Do A �,,.l,..lt D., o 1.�.+1,e e ,-�] b.o�.t ., tL,o 1; �£ �� c. . d. Remove Concrete Curb and Gutter: measure by the linear foot. e. �e�..,...o �,.,,,...��o v.,n�<. �,,,+o,.: ...,o o�,., *�,o � o.,..a f. . ge,,,.� „e �,r;»;,,,.• ,,, o �..>,�,e ., e .,,.a � ,-...,n.;,,,,,t,;,.�...o�� h. . 1. D.,�.o.,,e„t D„l..o,-;.,..t;.,..: ,,..o 0 1.<.+t,o n .,,-.�1 j. . . 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENT'S City Project No. 01829 Revised July 1, 2013 02 41 15 - 2 PAVING REMOVAL Page 2 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 b. c. d. e. f. g• h. i. J• k. l. Remove Asphalt Paving: fizll compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. , � , > > > > > ,.�o ,.�. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. � > > > �,. e e „�o ,�.o . ,. i, � > > > �,. e e „+o +�,o . ,,,.v � > > > *,. o „�e �,..e . ,,,->> • > > > foo�.�.,,,a ; ,.;ao„�.,i� „ ,.�, +,. ,..,,�.,o,.:.,o „a ���,-o *�,o r„�.,o,.:.,ea � �r > > > > > > Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR's convenience. 33 1.3 REFERENCES 34 A. ASTM Intemational(ASTM): 35 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 36 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 37 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 42 1.9 QUALITY ASSURANCE [NOT USED] C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOC[TMENTS City Project No. 01829 Revised July 1, 2013 02 41 15 - 3 PAVING REMOVAL Page 3 of 6 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FI�LD CONDITIONS [NOT USED] 3 1.12 WA,RRANTY [NOT USED] 4 PART 2 - PRODUCTS 5 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 6 2.2 EQtTIPMENT [NOT USED] 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 EXAMINATION [NOT USED] 11 3.2 INSTALLERS [NOT USED] 12 3.3 PREPARATION 13 A. General: 14 1. Mark paving removal limits for City approval prior to beginning removal. 15 2. Identify known utilities below grade - Stake and flag locations. 16 3.4 PAVEMENT REMOVAL 17 A. General. 18 1. Exercise caution to minimize damage to underground utilities. 19 2. Minimize amount of earth removed. 20 3. Remove paving to neatly sawed joints. 21 4. Use care to prevent fracturing adjacent, existing pavement. 22 B. Sawing 23 l. Sawing Equipment. 24 a. Power-driven. 25 b. Manufactured for the purpose of sawing pavement. 26 c. In good operating condition. 27 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 28 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 29 perpendicular to ea�sting j oint. 30 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 31 4. If a sawcut falls within 5 feet of an en existing dummy joint, conshuction joint, saw 32 joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that 33 joint, edge or lip. 34 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 35 neat, straight line for the purpose of removing the damaged area. 36 C. Remove Concrete Paving and Concrete Valley Gutter 37 1. Sawcut: See 3.4.B. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 1, 2013 02 41 15 - 4 PAVING REMOVAL Page 4 of 6 1 2. Remove concrete to the nearest expansion joint or vertical saw cut. 2 D. Remove Concrete Curb and Gutter 3 l. Sawcut: See 3.4.B. 4 2. Minimum limits of removal: 30 inches in length. 5 E. Remove Asphalt Paving 6 1. Sawcut: See 3.4.B. 7 2. Remove pavement without disturbing the base material. 8 3_ When shown on the plans or as directed, stockpile materials designated as 9 salvageable at designated sites. 10 4. Prepare stockpile area by removing vegetation and trash and by providing for 11 proper drainage. 12 r . �I�'�g 13 T—.�e�e�^' --. 14 a. ra;» r,,..F ,.e� �,. �i,o ao..�t, �t,,,.t,.. ;,, �t,o .,�,,..� ,. �,�;,-o,.�ea 15 b. . 16 c. , ' 17 . 18 d. Di���ue �„ ��o .*,. �;�-„ t,�,o 0 0�,•,.io eae��,-, ..*., e � �u� ���� u� 19 �ed-e�ges: 20 e. . 21 f. 22 „ie�� ., .oa t.<. �t,e r;+., 23 g_ r�*t,o o;��;,,,. �..,�o ;� �.,.;�v ....a G-�e� ,,,..;tto,a o e„ c�,.� .,;a��. ,.��i. , � ,. 24 e�s��}e��ase—�ee 3��'�-�e���s� pu������: 25 . 26 a. ' , � 27 , . 28 b. , 29 ae..�i, ,.�,.,,� .,..a ..i,.�e 30 c. 31 .,+o .,i „� �.,,,,, +�,o ,,,.� o ,.���,e .,a.t „a a; ,.i.., o +wo ,,,+;,, n�� �ti m 32 , . 33 d. �,,,,;�„oa „�;�t, .,, � �„ ,.,,,,�..,,� a„�+ ,. o.,�oa �,., �i,o ,.,,,+;�,� ,.,.+:,,,, 34 e. 35 , 36 , . 37 f � r;.,�,te �„oea ; ,,,.ao.. �„ ,o.,..o *i,o � o�;�oa ,...:a ,.,,,+e..., 38 g. . � �x� ra;n;..,, ,a c r i,.,,. 39 �. r.-� g�z.-��6-a� • , , 40 a. �x�oano r,r;�i o ;.,+;.,,, ., ..t,.,�� ,.e�e „_ i.r,a, r.,.,o..,o„+ �.,..... +t,o i;.. „�,..,,�o,. �� 41 42 . 43 b. , a ,.F +i,.,� -a �:� ....., ,.� �. �- � C. �F6�r`} .. 8� � drzucc cuus��=o`v'iacsis ' ccacc-sv�gvu� 45 , � , 46 .o.,�„ oa o CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July I, 2013 02 41 15 - 5 PAVING REMOVAL Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 • Z�:Efi - - ' ' - - . - q. R„f+ T.,;..t Td:ll;,,... a. , ' �� b. „� .�,�,o a *�,o ,.i., � �o .,�oa c. *o..:..1 ' D ' � ,,..:11;,, F+L.e � i`� 2�@-�t'iVm�ascrrurisi2�236��Fc�. . ., "' vr-cac��kcc76iii�S� „�+ . ,;��. ��,o r•� , � ,. ,.+• ..,;�� ,.�+�,o..e ; ,.*� d. , , . . � e. ��,.00� �o,.�;,,,, *,. ., *.,..e,-oa ao..�i. „� � ;.,,.�, f. � �s: b- •. +v�ac vam�3: ,_ . . _ - - _ :.7 . _ '� _ - � - - � - 30 , �„�.,ori.,.,+;,,., 31 a. . . 32 b. ' , 33 �., o � , ,.�,e 34 c. . 35 � �o,,,o�+ n..,.i;,..,+;,,.. 36 a. �$e '�.�oi n,,.+t.,�,a „o o.,* 37 b. �°e eo,.+;,.,, Z� i i�Z 38 39 40 41 42 43 44 45 46 � o �o,.�;,.r �� > > �� �. . 6 r,,,.:,,,.. � o c e,.�;,.., z � i� z z v. . ?. ��t�e-e�s�g�a�,�€„+���a�t�s� ^��e�e��u r,r. ^ .�'. ����e� r+„ oi,... o�. �� a. b. v„�.,o..:.,o i n;,.�,e� a°e,. C. Uo.,�,,.,o � ; ,.t� �t,o t,.+.,t ,�.,,t�,e..:.,o,t ., .,� CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 1, 2013 02 41 15 - 6 PAVING REMOVAL Page 6 of 6 1 I. Remove speed cushion 2 1. Scrape or sawcut speed cushion from existing pavement without damaging e�sting 3 pavement. 4 3.5 REPAIR [NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 311 CLOSEOUT ACTIVITIES (NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 END OF SECTION Revision Log DATE NAME SLi�vIIvIARY OF CHANGE 16 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 1, 2013 033000-1 CAST-IN-PLACE CONCRETE Page 1 of 25 1 2 3 4 PART1- GENERAL 5 l.l Si:�vIlVIARY 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 1.2 23 24 25 26 27 28 29 SECTION 03 30 00 CAST-IN-PLACE CONCRETE A. Section Includes: 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs-on-grade d. Foundation walls e. Retaining walls f. Suspended slabs g. Blocking B. Deviations from this City of Fort Worth Standard Specification l. �e. Item 3.7 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 24 hours of finishing. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 30 1.3 REFERENCES 31 32 33 34 35 36 37 38 39 A. Definitions l. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Other pozzolans 4) Ground granulated blast-furnace slag 5) Silica fume b. Subject to compliance with the requirements of this specification CTTY OF FORT WORTH Casino Beacb and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 B. Reference Standards 2 1. Reference standards cited in this Specification refer to the current reference 3 standard published at the time of the latest revision date logged at the end of this 4 Specification, unless a date is specifically cited. 5 2. American Association of State Highway and Transportation (AASHTO): 6 a. M182, Burlap Cloth Made from Jute or Kenaf. 7 3. American Concrete Institute (ACn: 8 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 9 b. ACI 301 Specifications for Structural Concrete 10 c. ACI 305.1 Specification for Hot Weather Concreting 11 d. ACI 306.1 Standard Specification for Cold Weather Concreting 12 e. ACI 308.1 Standard Specification for Curing Concrete 13 f. ACI 318 Building Code Requirements for Structural Concrete 14 g. ACI 347 Guide to Formwork for Concrete 15 4. American Institute of Steel Construction (AISC): 16 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 17 5. ASTM Intemational (ASTM): 18 a. A36, Standard Specification for Carbon Struchzral Steel. 19 b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel 20 Hardware. 21 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 22 Materials for High-Temperature Service and Other Special Purpose 23 Applications. 24 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 25 Concrete Reinforcement. 26 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 27 Concrete Reinforcement. 28 f. C31, Standard Practice for Making and Curing Concrete Test Specimens iu the 29 Field. 30 g. C33, Standard Specification for Concrete Aggregates. 31 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 i. J- k. 1. m. n. o. P- q- Specimens. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. C94, Standard Specification for Ready-Mixed Concrete. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (ITsing 2-inch or {50-milimeter] Cube Specimens) C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. C171, Standard Specification for Sheet Materials for Curing Concrete. C150, Standard Specification for Portland Cement. C172, Standard Practice for Sampling Freshly Muced Concrete. C219, Standard Terminology Relating to Hydraulic Cement. C231, Standard Test Method for Air Content of Freshly Muted Concrete by the Pressure Method. r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July S, 2013 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. x. C 1017, Standard Specification far Chemical Admixtures for Use in Producing Flowing Concrete. y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. El 155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. American Welding Society (AWS). a. Dl.l, Structural Welding Code - Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. Concrete Reinforcing Steel Institute (CRSn a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 25 1.4 ADI�ZINISTRATIVE REQUIREMENTS 26 27 28 29 30 31 32 33 34 35 36 37 38 39 l. Design, fabrication, erection and stripping of formwork for cast-in-place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish a11 labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast-in-place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish a11 labor and materials required to perform the following: a. Cast-in-place concrete b. Concrete mix designs c. Grouting 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section O1 33 00. 42 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 43 fabrication for specials. G� 7 A. Work Included CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS CiTy Project No. 01829 Revised July 8, 2013 03 30 00 - 4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBNIITTALS 2 A. Product Data 3 1. Required for each type of product indicated 4 B. Design Mixtures 5 1. For each concrete mixture submit proposed mix designs in accordance with ACI 6 318, chapter 5. 7 2. Submit each proposed mix design with a record of past performance. 8 3. Submit altemate design mixtures when characteristics of materials, Proj ect condi- 9 tions, weather, test results or other circumstances warrant adjustments. 10 4. Indicate amounts of mi�ng water to be withheld for later addition at Project site. 11 a. Include this quantity on delivery ticket. 12 C. Steel Reinforcement Submittals for Information 13 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 14 ical analysis. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Manufacturer Qualifications 19 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 20 plies with ASTM C94 requirements for production facilities and equipment 21 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the same 25 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C. ACI Publications 28 l. Comply with the following unless modified by requirements in the Contract Docu- 29 ments: 30 a_ ACI 301 Sections 1 through 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1. Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIVERY, STORAGE, AND F[ANDLING 35 A. Steel Reinforcement 36 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 03 30 00 - 5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 2 3 � 5 B. Waterstops 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. l.11 FIELD CONDITIONS [NOT USED] 1.12 WA,RRANTY (NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 2.2 PRODUCT TYPES AND MATERIA.LS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incoiporated into the Work include, but are not lunited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form-Facing Materials l. Rough-Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/-inch x %-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form-Release Agent a. Commercially formulated form-release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form-facing materials, formulate with rust inhibitor. 5. Form Ties a. Factory-fabricated, removable or snap-off inetal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no conodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 d. Furnish ties with integral water-barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2_ Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2) For slabs-on-grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies l. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by fizll-fusion process, as fumished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors 1. Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hazdened concrete or grout-filled masonry. a. The adhesive system sha11 use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 M� b. Simpson Acrylic-Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 01829 Revised July 8, 2013 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot-dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron fumished with full depth bolts. 1) Provide 3/-inch bolt size, unless otherwise indicated. I. Concrete Materials l. Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type UII, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast-Fumace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amoiphous silica 3) Normal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse-Aggregate Size a) %-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Adxnixtures 1. Air-Entraining Admixture a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water-Reducing Admixture 1) ASTM C494, Type A CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 d. Retarding Adxnixture 1) ASTM C494, Type B e. Water-Reducing and Retarding Admixture 1) ASTM C494, Type D f. High-Range, Water-Reducing Admixture 1) ASTM C494, Type F g. High-Range, Water-Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C 1017, Type II K. Waterstops 1. Se1f-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/- inch x 1-inch. b. Available Products 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro-Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials l. Absorptive Cover a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing appro�mately 9 ounces/square yard when dry 2. Moisture-Retaining Cover a. ASTM C171, polyethylene film or white burlap-polyethylene sheet 3. Water a. Potable 4. Clear, Waterbome, Membrane-Forming Curing Compound a. ASTM C309, Type l, Class B, dissipating b. Available Products 1) Anti-Hydro Intemational, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe-Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufinan Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure-Cleaz 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01829 Revised July 8, 2013 033000-9 CAST-IN-PLACE CONCRETE Page 9 of ZS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 13) Tamms Industries, Inc.; Homcure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 M. Related Materials 1. Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non-load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials Repair Underlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portlaud cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtIMENTS City Project No. 01829 Revised July 8, 2013 03 30 00-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 2. Repair Overlayment 2 a. Cement-based, polymer-modified, self-leveling product that can be applied in 3 thicknesses of 1/8 inch or greater 4 1) Do not feather. 5 b. Cement Binder 6 1) ASTM C 150, portland cement or hydraulic or blended hydraulic cement as 7 defined in ASTM C219 8 c. Primer 9 1) Product of topping manufacturer recommended for substrate, conditions, 10 and application 11 d. Aggregate 12 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 13 ed by topping manufacturer 14 e. Compressive Strength 15 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 O. Concrete Mixtures, General 1. Prepare design mi��tures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 53 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.32.2. 3) Proportions of ingredients for concrete mixes sha11 be determined by an in- dependent testing laboratory or qualified concrete supplier_ 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 36 2_ Cementitious Materials 37 a. Limit percentage, by weight, of cementitious materials other than portland ce- 38 ment in concrete as follows, unless specified otherwise: 39 40 41 42 43 44 45 46 1) Fly Ash: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 03 30 00 - 11 CAST-IN-PLACE CONCRETE Page 11 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Fumace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete to 0.06 percent by weight of cement. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water-reducing high-range water-reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water-reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 22 1. Refer to T�cDOT "Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges" for: 24 a. Culverts 25 b. Headwalls 26 c. Wingwalls 27 2. Proportion normal-weight concrete mixture as follows: 28 a. Minimum Compressive Strength: 3,000 psi at 28 days 29 b. Maximum Water-Cementitious Materials Ratio: 0.50 30 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 31 inches before adding high-range water-reducing admixture or plasticizing 32 admixture, plus or minus 1 inch 33 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 34 inch nominal maximum aggregate size 35 36 37 38 39 40 41 42 43 44 45 Q. Fabricating Reinforcement l. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes sha11 be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. CTl"Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. U1829 Revised July 8, 2013 03 30 00 - 12 CAST-IN-PLACE CONCRETE Page 12 of 25 1 2 3 4 5 6 S. Concrete Mi�ng 1. 2. Ready-Mixed Concrete: Measure, batch, mia�, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. Project-Site Mi�ng: Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. c. Prdvide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mu�ture type, mixture time, quantity, and amount of water added. Record approxi.mate location of final deposit in structure. 7 8 9 10 11 12 13 14 15 16 17 18 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 E�:AMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3.4 INSTALLATION A. Formwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. 2. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside comer of exposed comer columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed comer columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENT'S CiTy Project No. 01829 Reviseci July 8, 2013 03 30 00 - 13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs-on-grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) M�imum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth-formed finished surfaces. b. Class C, 1/2 inch for rough-formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. 5. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust-stained steel form-facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 03 30 00-14 CAST-IN-PLACE CONCRETE Page 14 of 25 1 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 2 caps, walls, and columns straight and to the lines and grades specified. Do no earth 3 form foundation elements unless specifically indicated on the Drawings_ 4 9. Provide temporary openings for cleanouts and inspection ports where interior area 5 of formwork is inaccessible_ Close openings with panels tightly fitted to forms and 6 securely braced to prevent loss of concrete mortar. Locate temporary openings in 7 forms at inconspicuous locations. 8 10. Chamfer exterior corners and edges of permanently exposed concrete. 9 1 l. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 10 bulkheads required in the Work. Determine sizes and locations from trades i i providing such items. 12 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 13 sawdust, dirt, and other debris just before placing concrete. 14 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 15 leaks and maintain proper alignment. 16 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 17 written instructions, before placing reinforcement, anchoring devices, and 18 embedded items. 19 a. Do not apply form release agent where concrete surFaces are scheduled to 20 receive subsequent finishes which may be affected by agent. Soak contact 21 surfaces of untreated forms with clean water. Keep surfaces wet prior to 22 placing concrete. 23 B. Embedded Items 24 1. Place and secure anchorage devices and other embedded items required for 25 adjoining work that is attached to or supported by cast-in-place concrete. Use 26 setting drawings, templates, diagrams, instructions, and directions furnished with 27 items to be embedded. 28 a. Install anchor rods, accurately located, to elevations required and complying 29 with tolerances in AISC 303, Section 7.5. 30 1) Spacing within a bolt group: 1/8 inch 31 2) Location of bolt group (center)= %2 inch 32 3) Rotation of bolt group: 5 degrees 33 4) Angle off vertical: 5 degrees 34 5) Bolt projection: � 3/8 inch 35 b. Install reglets to receive waterproofing and to receive through-wall flashings in 36 outer face of concrete frame at exterior wa11s, where flashing is shown at lintels, 37 shelf angles, and other conditions. 38 C. Removing and Reusing Forms 39 1. Do not backfill prior to concrete attaining 75 percent of its 28-day design 40 compressive strength. CYTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of 25 1 2. General: Foimwork for sides of beams, walls, columns, and similar parts of the 2 Work that does not support weight of concrete may be removed after cumulatively 3 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 4 concrete is hard enough to not be damaged by form-removal operations and curing 5 and protection operations are maintained. 6 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 7 that supports weight of concrete in place until concrete has achieved at least 70 8 percent of its 28-day design compressive strength. 9 b. Do not remove formwork supporting conventionally reinforced concrete until 10 concrete has attained 70 percent of its specified 28 day compressive strength as 11 established by tests of field cured cylinders. In the absence of cylinder tests, 12 supporting formwork shall remain in place until the concrete has cured at a 13 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 14 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 15 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 16 listed time period. Formwork for 2-way conventionally reinforced slabs shall 17 remain in place for at least the minimum cumulative time periods specified for 18 1-way slabs of the same ma�mum span. - 19 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 20 removal. Reshores shall remain until the concrete has attained the specified 28 21 day compressive strength. 22 d. Minimum cumulative curing times may be reduced by the use of high-early 23 strength cement or forming systems which allow form removal without 24 disturbing shores, but only after the Contractor has demonstrated to the 25 satisfaction of the Engineer that the early removal of forms will not cause 26 excessive sag, distortion or damage to the concrete elements. 27 e. Completely remove wood forms. Provide temporary openings if required. 28 f. Provide adequate methods of curing and thermal protection of exposed concrete 29 if forms are removed prior to completion of specified curing time. 30 g. Reshore areas required to support construction loads in excess of 20 pounds per 31 square foot to properly distribute construction loading. Construction loads up 32 to the rated live load capacity may be placed on unshored construction provided 33 the concrete has attained the specified 28 day compressive strength. 34 h. Obtaining concrete compressive strength tests for the purposes of form removal 35 is the responsibility of the Contractor. 36 i. Remove forms only if shores have been arranged to peimit removal of forms 37 without loosening or disturbing shores. 38 3. Clean and repair surfaces of forms to be reused in the Work. Split, fiayed, 39 delaminated, or otherwise damaged form-facing material will not be acceptable for 40 exposed surFaces. Apply new form-release agent. 41 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 42 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 43 exposed concrete surfaces unless approved by Engineer. 44 D. Shores and Reshores 45 1. The Contractor is solely responsible for proper shori.ng and reshoring. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Pmject No. 01829 Revised July 8, 2013 03 30 00 - 16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 2 and reshoring. 3 a. Do not remove shoring or reshoring until measurement of slab tolerances is 4 complete_ 5 3. Plan sequence of removal of shores and reshore to avoid damage to concrete_ 6 Locate and provide adequate reshoring to support construction without excessive 7 stress or deflection. 8 9 10 11 12 13 14 E. Steel Reinforcement 1 2. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: �3/8 inch 2) Members more than 8 inches deep: fl/2 inch b. Concrete Cover to Formed or Finished Surfaces: t3/8 inches for members 8 inches deep or less; tl/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not 1ap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F_ Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 03 30 00 - 1'7 CAST-IN-PLACE CONCRETE Page 17 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to mauufacturer's written instructions. 2. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement l. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engi.neer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 03 30 00-18 CAST-IN-PLACE CONCRETE Page 18 of 25 1 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 2 that no new concrete will be placed on concrete that has hardened enough to cause 3 seams or planes of weakness. If a section cannot be placed continuously, provide 4 construction joints as indicated. Deposit concrete to avoid segregation_ 5 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 6 pressures, 15 feet maximum and in a manner to avoid inclined construction 7 joints_ 8 b. Consolidate placed concrete with mechanical vibrating equipment according to 9 ACI 301. 10 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 11 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 12 layer and at least 6 inches into preceding layer. Do not insert vibrators into 13 lower layers of concrete that have begun to lose plasticity. At each insertion, 14 limit duration of vibration to time necessary to consolidate concrete and 15 complete embedment of reinforcement and other embedded items without 16 causing mixture constituents to segregate. 17 d. Do not permit concrete to drop freely any distance greater than 10 feet for 18 concrete containing a high range water reducing admixture (superplasticizer) or 19 5 feet for other concrete. Provide chute or tremie to place concrete where longer 20 drops are necessary. Do not place concrete into excavations with standing 21 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 22 with its outlet near the bottom of the place of deposit. 23 e. Discard pump priming grout and do not use in the structure. 24 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 25 within limits of construction j oints, until placement of a panel or section is 26 complete. 27 a. Consolidate concrete during placement operations so concrete is thoroughly 28 worked around reinforcement and other embedded items and into corners. 29 b. Maintain reinforcement in position on chairs during concrete placement. 30 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 31 d. Slope surfaces uniformly to drains where required. 32 e. Begin initial floating using bull floats or darbies to form a uniform and open- 33 texiured surface plane, before excess bleedwater appears on the surface. Do not 34 further disturb slab surfaces before starting finishing operations. 35 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 36 concrete work from physical damage or reduced strength that could be caused by 37 frost, freezing actions, or low temperatures. 38 a. When average high and low temperature is expected to fall below 40 39 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 40 temperature within the temperature range required by ACI 301. 41 b. Do not use frozen materials or materials containing ice or snow. Do not place 42 concrete on frozen subgrade or on subgrade containing frozen materials. 43 c. Do not use calcium chloride, salt, or other materials containing antifreeze 44 agents or chemical accelerators unless otherwise specified and approved in 45 mixture designs. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Pmject No. 01829 Revised July 8, 2013 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Fonned Surfaces 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surFaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items l. 2. 3. � Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with comers, intersections, and terminations slightly rounded. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: No�nal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 305.1 for hot-weather protection during curing. 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Projact No. 01829 Revised July 8, 2013 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 2 unformed surfaces, including floors and slabs, concrete floor toppings, and other 3 surfaces. 4 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 5 methods: 6 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 7 with the following materials: 8 1) Water 9 2) Continuous water-fog spray 10 3) Absorptive cover, water saturated, and kept continuously wet. Cover 11 concrete surfaces and edges with 12-inch lap over adjacent absorptive 12 covers 13 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 14 retaining cover for curing concrete, placed in widest practicable width, with 15 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 16 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 17 during curing period using cover material and waterproof tape. 18 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 19 receive floor coverings. 20 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 21 receive penetrating liquid floor treatments. 22 3) Cure concrete surfaces to receive floor coverings with either a moisture- 23 retaining cover or a curing compound that the manufachuer certifies will 24 not interfere with bonding of floor covering used on Project. 25 c. Curing Compound: Apply uniformly in continuous operation by power spray 26 or roller according to manufacturer's written instructions. Recoat areas 27 subj ected to heavy rainfall within 3 hours after initial application. Maintain 28 continuity of coating and repair damage during curing period. 29 3.5 REPAIl2 30 A. Concrete Surface Repairs 31 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 32 Remove and replace concrete that cannot be repaired and patched to Engineer's 33 approval. 34 2. Patching Mortaz: Mix dry-pack patching mortar, consisting of 1 part portland 35 cement to 2-1/2 parts fine aggregate passing a No_ 16 sieve, using only enough 36 water for handling and placing. 37 3. Repairing Formed Surfaces: Surface defects include color and texture 38 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 39 projections on the surface, and stains and other discolorations that cannot be 40 removed by cleaning. 41 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 42 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 43 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 44 with water, and brush-coat holes and voids with bonding agent. Fill and 45 compact with patching rriortar before bonding agent has dried. Fill form-tie 46 voids with patching mortar or cone plugs secured in place with bonding agent. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 03 30 00 - 21 CAST-IN-PLACE CONCRETE Page 21 of 25 1 2 3 4 5 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, conect high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bondi.ng agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 34 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 35 adhesive and patching mortar. 36 6. Repair materials and installation not specified above may be used, subject to 37 Engineer's approval. 38 3.6 RE-INSTALLATION [NOT USEI�] 39 3.7 FIELD QUALITY CONTROL 40 41 42 43 44 45 A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMEN'TS City Project No. 01829 Revised July 8, 2013 03 30 00 - 22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 4. Concrete placement, including conveying and depositing 2 5. Curing procedures and maintenance of curing temperature 3 6. Verification of concrete strength before removal of shores and forms from beams 4 and slabs 5 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 6 according to ASTM C172 according to the following requirements: � 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 8 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 9 each additiona150 cubic yard or fraction thereof. 10 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 11 not less than 1 test for each day's pour of each concrete mixture. Perform additional 12 tests when concrete consistency appears to change. 13 3. Air Content: AST'M C231, pressure method, for normal-weight concrete; 1 test for 14 each composite sample, but not less than 1 test for each day's pour of each concrete 15 mixture. 16 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 17 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 18 test for each composite sample. 19 5. Compression Test Specimens: ASTM C31. 20 a. Cast and laboratory cure 4 cylinders for each composite sample. 21 1) Do not transport field cast cylinders until they have cured for a 22 minimum of 24 hours. 23 6. Compressive-Strength Tests: ASTM C39; 24 a. Test 1 cylinder at 7 days. 25 b. Test 2 cylinders at 28 da.ys. 26 c. Hold 1 cylinder for testing at 56 days as needed. 27 7. When strength of field-cu.red cylinders is less than 85 percent of companion 28 laboratory-cured cylinders, evaluate operations and provide corrective procedures 29 for protecting and curing in-place concrete. 30 8. Strength of each concrete mixture will be satisfactory if every average of any 3 31 consecutive compressive-strength tests equals or exceeds specified compressive 32 strength and no compressive-strength test value fails below specified compressive 33 strength by more than 500 psi. 34 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 35 within 48 hours of testing. Reports of compressive-strength tests sha11 contain 36 Project identification name and number, date of concrete placement, name of 37 concrete testing and inspecting agency, location of concrete batch in Work, design 38 compressive strength at 28 days, concrete mixture proportions and materials, 39 compressive breaking strength, and type of break for both 7- and 28-day tests. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCi7MENTS City Project No. 01829 Revised July 8, 2013 03 30 00 - 23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 10. Additional Tests: Testing and inspecting agency shall make additional tests of 2 concrete when test results indicate that slump, air entrainment, compressive 3 strengths, or other requirements have not been met, as directed by Engineer. 4 Testing and inspecting agency may conduct tests to determine adequacy of concrete 5 by cored cylinders complying with ASTM C42 or by other methods as directed by 6 Engineer. 7 a. When the strength level of the concrete for any portion of the structure, as 8 indicated by cylinder tests, falls below the specified requirements, provide 9 improved curing conditions and/or adjustments to the mix design as required to 10 obtain the required strength. If the average strength of the laboratory control 11 cylinders falls so low as to be deemed unacceptable, follow the core test 12 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 13 approved by the Engineer. Core sampling and testing shall be at Contractors 14 expense. 15 b. If the results of the core tests indicate that the strength of the structure is 16 inadequate, any replacement, load testing, or strengthening as may be ordered 17 by the Engineer shall be provided by the Contractor without cost to the City. 18 1 l. Additional testing and inspecting, at Contractor's expense, will be performed to 19 determine compliance of replaced or additional work with specified requirements. 20 12. Correct deficiencies in the Work that test reports and inspections indicate does not 21 comply with the Contract Documents. 22 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 23 hours of finishing. 24 E. Concrete Finish Measurement and Tolerances 25 l. All floors are subject to measurement for flatness and levelness and comply with 26 the following: 27 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 28 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 29 both directions, lapping straightedge 3 feet on areas previously checked. Low 30 spots shall not exceed the above dimension anywhere along the straightedge. 31 Flatness shall be checked the next work day after finishing. 32 b. Slabs shall be level within a tolerance of � 1/4 inch in 10 feet, not to exceed 3/4 33 inches total variation, anywhere on the floor, from elevations indicated on the 34 Drawings. Levelness shali be checked on a 10 foot grid using a level after 35 removal of forms. 36 c. Measurement Standard: All floors are subject to measurement for flatness and 37 levelness, according to ASTM El 155. 38 2. 2 Tiered Measurement Standard 39 a. Each floor test section and the overall floor area shall conform to the 2-tiered 40 measurement standard as specified herein. 41 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 42 solute minunum surface profile that will be acceptable for any 1 test sample 43 (line of ineasurements) anywhere within the test area. 44 2) Specified Overall Value: The specified overall FF/FL values represent the 45 minimum values acceptable for individual floor sections as well as the floor 46 as a whole. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 3. Floor Test Sections a. A floor test section is defined as the smaller of the followi.ng areas: 1) The area bounded by column and/or wall li.nes 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a spacing to be detennined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs � Overall Value FF45/FL30 Minimum Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab-on-Grade Construction: � 3/ inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: � % inch 3) Top surfaces of all other slabs: � 3/ inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to % inch from theoretical elevation at any point. 28 3.8 SYSTEM STARTUP [NOT USED) 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING 31 A. Defective Work 32 33 34 35 36 37 38 39 40 41 42 1. Imperfect or damaged work or any material damaged or determined to be defective before final completion and acceptance of the entire job sha11 be satisfactorily re- placed at the Contractor's expense, and in conformity with a11 of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaning 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave fuushed concrete surfaces in a clean condition, satisfactory to the City. CI"I'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 1 3.11 CI.OSEOUT ACTIVITIES [NOT USED] __ 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] - 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 7 03 30 00 - 25 CAST-IN-PLACE CONCRETE Page 25 of 25 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 313700-1 RIPRAP Page 1 of 11 1 2 3 PARTl- GENERAL 4 1.1 Stif�vIlVIARY SECTION 3137 00 RIPRAP 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. �Fe�e. Use concrete with compressive strength of 3000 psi. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 3. Section 03 30 00 — Cast-In-Place Concrete 13 4. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Measurement and Payment l. Measurement a. Measurement for this Item shall be by the face square yard to the depth specified of material complete in place. Volume will be computed on the basis of the measured area and type, verified by field measurements. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of "Riprap" installed for: 1) Various types 2) Various thicknesses 3) Various void-filling techniques 3. The price bid shall include: a. Furnishing, hauling, and placing riprap b. Filter fabric c. Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable f. Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding i. Grout and mortar j. Scales k. Test weights 1. Clean-up CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 31 37 00 - 2 RIPRAP Page 2 of 11 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 1.3 REFERENCES A. Reference Standards 1 2. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. ASTM Standards a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates b. ASTM D7370-09, Standard Test Method for Determination of Relative Density and Absorption of Fine, Coarse, and Blended Aggregate Using Combined Vacuum Saturation and Rapid Submersion c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of Geotextiles f. ASTM D751-06, Standard Test Methods for Coated Fabrics g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening Size of a Geotextile h. ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 23 1.4 ADMINISTRATIVE REQUIKEMENTS [NOT USED] 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS [NOT USED) 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND AANDLING [NOT USED] 30 31 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER-FITRNISHED [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Concrete Riprap 36 1. Use concrete with a compressive strength of 4,8A8 3,000 psi at 28-days, according 37 to Section 03 30 00, unless otherwise shown on the Drawings. CiTY OF FORT WORTH Casino Beach and Wate�ress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 313700-3 RIPRAP Page 3 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 B. Stone Riprap 1. Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after S cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. 2. For all types of stone riprap perfozm a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be as specified below. Additional tests may be required. Do not place additional riprap until the initia15,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap, provide the %lter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in-place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. CiTY OF FORT WORTA Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 313700-4 RIPRAP Page 4 of 11 1 2 Table 1 Ri ra Gradation R Thickness Ma�mum Size 90% SizE 12 in. 15in. 18in. 21 in. 24in. 30in. 3 4 5 200 80-180 320 170-300 530 29 0-475 800 460-720 1,000 550-850 2.600 1.150-2.50 Sieve Size (Square 3 inches 1-1/2 inches 3/4 inches No. 4 No. 10 50& Size 30-75 60-165 105-220 175-300 200-325 400-900 Table 2 Stone Gradation Percent � Wei� 100 50-80 20-60 0-15 0-5 8% Size, Minimum (1 3 20 22 25 30 40 6 C. Special Ripra.p 7 1. Furnish materials for special riprap according to the Drawings. 8 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 9 2.4 ACCESSORIES [NOT USED] 10 2.5 SOURCE QUALITY CONTROL [NOT USED] i i PA.RT 3- EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 E�S:An�IINATION [NOT USED] 14 3.3 PREPARATION [NOT USED] 15 3.4 INSTALLATION 16 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 17 the placement of riprap. Place riprap and toe walls according to details and dimensions 18 shown on the Drawings or as directed by the Engineer. 19 B. Concrete Riprap 20 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a m�imum of 18 21 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at 22 all splices. At the edge of the riprap, provide a m;n;mum horizontal cover of 1 inch 23 and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from 24 the edge of concrete. Use approved supports to hold the reinforcement CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 313'700-5 RIPRAP Page 5 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, fuush the surface with a wood float to secure a smooth surface or broom finish as approved. 4. Immediately after the finishing operation, cure the riprap according to Section 03 30 00. C. Stone Riprap 1 2. 3 Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortaxed Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- shaped pins with legs at least 9 inches 1ong. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. e. Place stones to create a uniform fmished top surface. Do not exceed a 6-inch variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 313700-6 RIPRAP Page 6 of 11 1 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 2 sand, or foreign material from filling the spaces between the stones. After the 3 stones are in place, thoroughly wet the stones, fill the spaces between the stones 4 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 5 grouting. 6 7. Medium 7 a. Dry Placement 8 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 9 horizontal earth bed, and overlap the underlying course to secure a lapped 10 surface. 11 2) Place the large stones first, roughly arranged in close contact. Fill the 12 spaces between the large stones with suitably sized stones placed to leave 13 the surface evenly stepped and conforming to the contour required. 14 3) Place stone to drain water down the face of the slope. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 b. Grouting 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- surfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. 3) Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in 10 feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. c. Mortaring 1) Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another_ 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smooth- raked j oints as directed. D. Block 39 l. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 40 course. Bed the base course of stone well into the ground with the edges in contact. 41 Bed and place each succeeding course in even contact with the preceding course. 42 2. 43 44 45 3. 46 47 48 Use spalls and small stones to fill any open j oints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. When the Drawings require grouting Block stone riprap, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtTMENTS City Project No. 01829 Revised July 8, 2013 313700-7 RII'RAP Page 7 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 E. Slab 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the Drawings. Place stone for riprap on the bedding material to produce a reasonably well-graded mass of riprap with the minimum practicable percentage of voids. 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on the Drawings is allowed in the finished surface of the riprap. 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well-graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 313700-8 RIPRAP Page 8 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 » �s�w s � .e _ .� E � Grout when o.s specified �O� s. f �� �w Slope of embankm�ot Up�ight ax�s of sto�a pe�pendicutar to stope 1`-6" min Figure 1- Large stone riprap, dry or grouted. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 01829 Revised July 8, 2013 313700-9 RIPRAP Page 9 of 1 I « _ G�out whQn specified Flat side up -� a � f �� � �pe of ( � 1'-b" min r+ �� Figure 2- Medium stone riprap, dry or grouted. Mortn� when sp�tifitd � s. �w� � pe of � � 1'-b" min r�+ ��r- Figure 3- Medium stone riprap, mortared. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 31 37 00-10 RII'RAP Page 10 of 11 Muttipte lay��s tmor� than one rock depthl — � = c b .� �� E � Grout when specified ; 1'-6" min �. � �e �� Slope of •�nbank�aent Figure 4- Block stone riprap, dry or grouted. � �'"'s,1� �`���1� .� r� �- r `� �'��i.~!��`�''�,��~�-� ii► � ' 1� '`���-��� :�%,� +►� � °���1 :�i:.���i;..;�� � m E � N 4 ' -� - 5 Figure 5- Slab stone riprap 7 END OF SECTION CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 31 37 00 -11 RIPRAP Page 11 of 11 1 �� Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 01829 Revised July 8, 2013 32 O1 17 - 1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SLT�1�[MARY SECTION 32 Ol 1'7 PERMANENT ASPHALT PAVING REPAIR 5 A. Section includes flexible pavement repair to include but not limited to: 6 1. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any permanent asphalt pavement repair needed during the course of construction. 10 B. Deviations from City of Fort Worth Standards. 11 1. �9�. Measurement: Asphalt Pavement Repair. Measure by the linear foot of 12 pipe installed. Depth of asphalt pavement repair shall match existing pavement 13 section. 14 2. Payment: contract unit price bid for the work performed and all materials furnished, 15 including flexible base course. 16 17 18 19 20 21 22 23 C. Related Specification Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1— General Requirements. 3. Section 03 34 16 — Concrete Base Material for Trench Repair. 4. Section 32 13 13 — Concrete Paving. 5. Section 32 12 16 — Asphalt Paving. 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill. 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 2% 28 29 30 31 32 33 34 35 A. Measurement and Payment l. Measurement: A l...lr D., .,� D o e 1... �L,o 1; ,- f.,� l,� oa �, .70�;,.o.a .;,at1, „a .. .,a.t,,,.. ,.�,.��;�;,..,+;,. ,.;�o,a .. .- ao�.,;i 1�, A l...t+ D � Do ,-170 .,.a Tle�fi„o.a �1f7;.a�1,• „�, o'l�:, tl�,� � v. . ..� A t,.,lt D., ..� Do ,-L.. ...a« ..1.. ;�...,+;., ;�oa r ...]e*.,;i 6. �-� [I7'.a�L. A l, 1+ D., � D e _ o 1... +l.o ,-.a f s Y£��a ,. �a„e� ,,,.� ;..,.i„ao �..,�a ,. ;..� �,<, �t,o � ,.;�;aa �i,;,.�.,,.o�� �. n., ,.: ,. *..,,,., „r;, ., o �.;,� � .. ��,e . ,,,.v ..o,-� ,-...,o,� .,,,a �tLm,.*e..:.,�� �, 4:��.oa 36 1.3 REFERENCES 37 A. Definitions 38 1. H.M.A.C. — Hot Mix Asphalt Concrete CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 1, 2013 32 O1 17 - 2 PERMANENT ASPHALT PAVING REPAIIZ Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIItEMENTS 2 A. Permitting 3 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 4 and Public Works Department in conformance with current ordinances. 5 2. The Transportation and Public Works Department will inspect the paving repair 6 after construction. 7 1.5 SUBMITTALS (NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURAIVCE [NOT USED] 13 l.11 DELIVERY, STORAGE, AND AANDLING [NOT USED] 14 1.12 FIELD CONDITIONS 15 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 16 rising unless otherwise approved. 17 1.13 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER-FURNISHED [NOT USED] 20 2.2 MATERIALS 21 A. Backfill: see Section 33 OS 10. 22 B. Base Material 23 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 24 2. Concrete Base: See Section 32 13 13_ 25 C. Asphalt Paving: see Section 32 12 16. 26 l. H.M.A.C. paving: Type D. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] � CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July l, 2013 32 01 17 - 3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 4 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION 5 A. Surface Preparation: 6 1. Mark pavement cut for repairs for approval by the City. 7 2. CONTRACTOR and City meet prior to saw cutting to confirm limits of repairs. 8 3.4 INSTALLATION 9 10 11 12 13 14 15 16 1� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. General: 1. Equipment a. Use machine intended for cutting pavement. b. Milling machines may be used as long as straight edge is maintained. 2. Repairs: In true and straight lines to dimensions shown on the plans. 3. Utility Cuts: a. In a true and straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. c. If the existing fle�ble pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the e�sting paving to such gutter. 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base: Install replacement base material per detail.. D. Asphalt Paving l. H.M.A.0 placement: in accordance with Section 32 12 16. 2. Type D surface mix. 3. Depth: ��. Match existing pavement section. 4. Place surFace mix in lifts not to exceed three inches. 5. Last or top lift shall not be less than two inches thick. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July l, 2013 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 4 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 310 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE � CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS CiTy Project No. 01829 Revised July l, 2013 320129-1 CONCRETE PAVING REPAIlt Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMM[ARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 1.2 22 23 24 25 26 27 28 29 30 SECTION 32 0129 CONCRETE PAVING REPAIR A. Section includes concrete pavement repair to include but not limited to: 1. Utility cuts (water, sanitary sewer, drainage, etc.). 2. Wananty work. 3. Repairs of damage caused by CONTRACTOR. 4. Any other concrete pavement repair needed during the course of construction. B. Deviations from City of Fort Worth Standards 1. �Fe�e. Measurement per linear foot based on defined width and roadway classification specified per detail. C. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract. 2. Division 1- General Requirements. 3. Section 32 O1 18 - Temporary Asphalt Paving Repair. 4. Section 32 12 16 - Asphalt Paving. 5. Section 32 13 13 - Concrete Paving. 6. Section 33 OS 10 - Utility Trench Excavation, Embedment and Backfill. PRICE AND PAYMENT PROCEDURES A. Measurement and Payment: 1. Measurement: a. Concrete Pavement Repair: � �'�•� *'�� � ^�a r - *'�;^'^���� �^a *=m�: a) Limits of repair based on the time of service of. the existing pavement as determined by ENGINEER. (2) Greater than 10 years: repair to limits per plans. 2. Payment: contract unit price bid for the work performed and all materials including base material. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIl2EMENTS 33 A. Permitting: 34 l. Obtain Street Use Permit to make utility cuts in the street from the Transportation 35 and Public Works Department in conformance with current ordinances. 36 2. Transportation and Public Works Department will inspect paving repair after 37 construction. CITY OF FORT WORTH Casino Beach and Watercress Brive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOC[IMENTS City Project No. 01829 Revised July 1, 2013 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Concrete Mix Design: submit for approval. Section 32 13 13_ 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 l.11 FIELD CONDITIONS 9 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] ���►.�� r� � � � r•�-�� 14 A. Embedment and Backfill: see Section 33 OS 10. 15 B. Base material: Concrete base: see Section 32 13 13. 16 C. Concrete: see Section 32 13 13. 17 1. Concrete paving: Class P or Class HES. 18 2. Replace concrete to the specified thickness. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALTTY CONTROL [NOT USED] 21 PART 3 - EXECi7TION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 26 . of one repair to the edge of a second repair. 27 B. If the cut is to be covered, use steel plates of sufficient strength and thiclaiess to support 28 traffic. 29 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate 30 to the existing pavement to create a smooth riding surface. 31 a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 1, 2013 320129-3 CONCRETE PAVING REPAIIZ Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 C. Surface Preparation: mark pavement cut repairs for approval by the City. 3.4 INSTALLATION A. Sawing: l. General: a. Saw cut perpendicular to the surface to full pavement depth. b. Saw cut the edges of pavement and appurtenances damaged subsequent to sawing to remove damaged areas. c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 2. Sawing equipment: a. Power-driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spall or facture concrete adjacent to the repair area. 3. Repairs: In true and straight lines to dimensions shown on the plans. 4. Utility Cuts: a. In a true and straight line on both sides of the trench. b. Minimum of 12 inches outside the trench walls. 5. Prevent dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal: 1. Use care in removing concrete to be repaired to prevent spalling or fracturing concrete adjacent to the repair area. C. Base: per detail. D. Concrete Paving: 1. Concrete placement: in accordance with Section 32 13 13. 2. Reinforce concrete replacement: per detail. 3.5 [REPAIR]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01829 Revised July 1, 2013 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01829 Revised July l, 2013 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 1 2 3 PART1- GENERAL 4 l.l SUMIVIARY SECTION 321123 FLEXIBLE BASE COURSES 5 A_ Section Includes 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 : C. Deviations from City of Fort Worth Standards '.�� Measurement, per linear foot based on defined width and roadway classification specified per detail by type and gradation. 2. Payment: Payment: based on the work performed and materials placed and includes full compensation for: a. preparation and correction of subgrade b. furnishing of material c. hauling d. blading e. sprinkling f. compacting g. and fumishing all labor and equipment necessary to complete the work included in the Payment for Concrete Paving Repair or Permanent Asphalt Paving Repairs. Related Specification Sections include but are not necessarily limited to 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement: a'�� +'�� � ~a ^f+'�� � �a �'�^+'� " "''„ "� 29 ..io*aa �o ;�.�e w., e o i...+. „a .,a.,�•„ 30 � v �{: t, a �i,e . ,.>> ,.o,.� ...,..oa .,..a ,,,.,�o..;.,i� �i.,,.oa �ra ; ,.t„�� _�� 31 �e�a�tie�-� 32 e .,�; ra ,. ,.�•„ „� � ,�.,,,..,,ao R. 33 . 34 ��-i,. .�� 35 a. '��� 36 e--�'�rlc�g 37 �ee�E� 38 - 39 1.3 REFERENCES 40 A. Definitions 41 1. RAP — Recycled Asphalt Pavement. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtTMENTS City Project No. U 1829 Revised June 28, 2013 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM Intemational (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex-110-E, Particle Size Analysis of Soils e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex-117-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 19 1.4 ADIVIINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 ACTION SUBMITTALS [NOT USED] 21 1.6 ACTION SUSNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 25 26 27 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] l.11 FIELD [SITE] CONDTTIONS [NOT USED] 1.12 WARRANTY [NOT USED] 28 PART 2- PRODUCTS [NOT USED] 29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. General 32 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 33 the plans and specifications. 34 2. Obtain materials from approved sources. 35 3. Notify City of changes to material sources. 36 4. The City may sample and test project materials at any time before compaction 37 throughout the duration of the project to assure specification compliance. 38 B. Aggregate 39 1. Furnish aggregate of the type and grade shown on the plans and conforming to the 40 requirements of Table 1. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised June 28, 2013 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 i 2 3 4 5 6 7 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table l, unless shown on the plans. Table 1 Material Re uirements Pro e Test Method Grade i Grade 2 Master gradation sieve size (% retained 2-1/2 in. — 0 1-3/4 in. 0 0-10 ��8 � Tex-110-E 10-35 — 3/8 in. 30-50 — No.4 45�5 45-75 No.40 70-85 60-85 Li uid limit, % max. Tex-104-E 35 40 PlastiCi index, max. Tex-106-E 10 12 Wet ball mill, % max. 40 45 Wet ball mill, % max. Tex-116-E increase passing the 20 20 No. 40 sieve Classificarion 1.0 1.1 23 Min. compressive strength3, psi Tex-117-E latenl pressure 0 psi 45 35 lateral pressure 15 psi 175 175 l. Deterauue plastic index in accordance with Tex-107-E (lniear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the plans, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the plans. $ 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 4. Material Tolerances: a) The City may accept material if no more than 1 of the S most recent gradation tests has an individual sieve outside the specified limits of the gradation. b) When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c) The City may accept material if no more than 1 of the S most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a) Do not use fillers or binders unless approved. b) Furnish the type specified on the plans in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20% RAP by weight unless shown on plans. 3) Type D CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised June 28, 2013 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 C. Water a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. 12 l. Furnish water free of industrial wastes and other objectionable matter. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECiTTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMIlVATION [NOT USED] 18 3.3 PREPARATION 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction l. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on-site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single-axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most 1 tire width. 5) If an unstable or non-uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch. 2) Areas that are unstable or non-uniform. 2. Installation of base material cannot proceed until compacted subgrade approved by the City. C1T1' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised June 28, 2013 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 3.4 INSTALLATION 2 A. General 3 1. Construct each layer uniformly, free of loose or segregated areas, and with the 4 required density and moisture content. 5 2. Provide a smooth surface that confonns to the typical sections, lines, and grades 6 shown on the plans or as directed. 7 3. Haul approved flexible base in clean, covered trucks_ 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 B. Equipment 1. General: Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers: a. The CONT'RACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the plans, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in two or more courses of equal thickness. 5. Minimum lift depth: 3 inches_ 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and fmish courses using the same construction methods required for the first course. D. Compaction l. General: a. Compact using density control unless otherwise shown on the plans. b. Multiple lifts are permitted when shown on the plans or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised June 28, 2013 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 2. Rolling. 2 a. Begin rolling longitudinally at the sides and proceed towards the center, 3 overlapping on successive trips by at least 1/2 the width of the roller unit. 4 b. On superelevated curves, begin rolling at the low side and progress toward the 5 high side. 6 c. Offset alternate trips of the roller. 7 d. Operate rollers at a speed between 2 and 6 mph as directed. 8 e. Rework, recompact, and refuush material that fails to meet or that loses 9 required moisture, density, stability, or finish before the next course is placed or 10 the project is accepted. 11 f. Continue work until specification requirements are met. 12 g. Proof roll the compacted flexible base in accordance with the following: 13 1) Proof Rolling 14 a) City Project Representative must be on-site during proof rolling 15 operations. 16 b) Use equipment that will apply sufficient load to identify soft spots that 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 rut or pump. (1) Acceptable equipment includes fully loaded single-aJcle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non-uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non-uniform. 3. Tolerances a. b. c. d. e. Maintain the shape of the course by blading. Completed surface shall be smooth and in conformity with the typical sections shown on the plans to the established lines and grades. For subgrade beneath paving surfaces, conect any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the CONTRACTOR. 40 4. Density Control. 41 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 42 b. Moisture content: minus 2 to plus 4 of optimum. 43 44 45 46 47 48 E. Finishing 1. Af�er completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/-inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised June 28, 2013 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 4. Add small increments of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3.4.C. 3.5 [REPAIlZ]/[RESTORATION] [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A_ Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 26 27 28 CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIIMENTS City Project No. 01829 Revised June 28, 2013 321133-1 CEMENT TREATED BASE COURSES Page 1 of 7 6 7 8 9 10 11 12 13 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes SECTION 32 1133 CEMENT TREATED BASE COURSES 1. Treating subgrade, subbase and base courses by the pulverization, addition of cement, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankinent, existing pavement, base or subbase courses placed and shall conform to the typical section, lines and grades shown on the plans. B. Deviations from City of Fort Worth Standards '.�� Cement treatment shall be measured by the linear foot of longitudinal treated area and shall be paid for in the bid unit price for pavement restoration items. 14 C. Related Specification Sections include but are not necessarily limited to 15 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 16 2. Division 1- General Requirements 17 3. Section 32 11 26 - Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 20 21 22 23 24 25 26 27 2g 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Measurement and Payment 1. Measurement a. Cement: measure by the ton (dry weight). b. Cement Treatment ���ao.,�,,..o t,<. ��,o � o.,,-,a ,.� �,,..F ,.o ., e � ��.o ,.� - �.,i.u�i,ea �.<. ��. v ., �C$a}E)i3SzEl%�P.�P�r�cnv vcsrtucc-cac=ciscscsmzraa�.-u-a�-�zn. 2. Payment � no..,o..�. ...,;a f .- .,� �i,o , .,;� ..ri„e �.;a .,,,a �,» ,. �.,*;,,., � _• U. �iZi1SSv � . 11�...,�,' �l,n,',n�-��iL'-mft�@ii-d� 7l �17 �-0;..1,r ; „l..o,a 31 .,11 , „1,..,,7;„� �r,. ,,.i 1..,,..,71;.,.. J ' /'' n b—Ee�t�e�t�e� : oa „ra ..�.,,.ea ...,a ; ,.�„ao� �,» Ee�e� „��.�r: » „i�.o..:.,;,, .;a;..,�,i.o .,,.;i ,,,,,+eW..�. _� Ya=o� , �l �,.,..ai;..,� �..,,,i;,,,. .,.,a � o.,a;..,. a..�. „.,i,,...... ,. „f- z > > 31 „� rt,o ,. „� . .;+t, rt,o ..,.:t o;+L.e,. ;,�. ,.1.,,.0 ,. .,,1.,,,*- � � azziit�ig -cuc. ' � � � \ �,.-.. �t�;.. 1,., �i�¢-i��i�r`srcci =v`r'rcr�'riav�v'rrccziicircan�r�c n� > > ; �l ,rf ,.o �;,�:..1,;,,,.• v � 7\ .,�o „,a „Ll; T7 �� ��--e�g; > > > > . t„ ..�o�o +�.o ,.a. m, �,3J� . CITY OF FORT WORTH Casino Beach and Watercress Brive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIIMENTS City Project No. 01829 Revised June 28, 2013 321133-2 CEMENT TREATED BASE COURSES Page 2 of 7 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited_ 6 2. ASTM Intemational (ASTM): 7 a. C150, Standard Specification for Portland Cement 8 b. D698, Standard Test Methods for Laboratory Compaction Characteristics of 9 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 10 3. Texas Department of Transportation (T�OT) 11 a. Tex-101-E, Preparing soil and flexible base materials for testing 12 b. Tex-140-E, Measuring thickness of paving layers 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 ACTION SUBNIITTALS [NOT USED] 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOiTT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Truck Delivered Cement 21 1. Each truck ticket shall bear the weight of cement measured on certified scales. 22 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 23 delivery of cement to the site. 24 1.11 FIELD [SITE] CONDITIONS 25 A. Start cement application only when the air temperature is at least 35 degrees F and 26 rising or is at least 40 degrees F. 27 B. Measure temperature in the shade away from artificial heat. 28 C. Suspend application when the City determines that weather conditions are unsuitable. 29 1.12 WA,RRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. General 34 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 35 the plans and specifications. 36 2. Notify the City of the proposed material sources and of changes to material sources. 37 3. Obtain verification from the City that the specification requirements are met before 38 using the sources. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised June 28, 2013 32 11 33 - 3 CEMENT TREATED BASE COURSES Page 3 of 7 1 4. The City may sample and test project materials at any time before compaction. 2 B. Cement: ASTM C150 Type I, II or Il'. 3 C. Fle�ble Base Courses: Furnish base material that meets the requirements of Section 32 4 11 23 for the type and grade shown on the plans, before the addition of cement. 5 D. Water: Furnish water free of industrial wastes and other objectionable material. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Shape existing material in accordance with applicable bid items to conform to typical 13 sections shown on the plans and as directed. 14 3.4 INSTALLATION 15 A. General 16 1. Produce a completed course of treated material containing: 17 a. uniform Portland cement mixture, free from loose or segregated areas. 18 b. uniform density and moisture content. 19 c. well bound for full depth. 20 d. with smooth surface and suitable for placing subsequent courses. 21 2. Maximum layer depth of cement treatment in single layer: 8 inches. 22 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, 23 compact and finish in equal layers not exceeding 5 inches deep. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 B. Equipment 1. Provide machinery, tools, and equipment necessary for proper execution of the work. Z. Rollers: a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTR.ACTOR may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the altemate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. 3. Slurry Equipment. a. Use slurry tanks equipped with agitation devices for cement application. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 01829 Revised June 28, 2013 32 11 33 - 4 CEMENT TREATED BASE COURSES Page 4 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 4. Pulverization Equipment. a. Provide pulverization equipment that: 1) cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, 2) provides a visible indication of the depth of cut at all times, and 3) uniformly mixes the materials. C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent by dry weight passes a 1 inch sieve, and 80 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. 17 D. Cement Application 18 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 19 specified on the plans 20 2. If a bulk cement spreader is used, position by shing lines or other approved method 21 during spreading to insure a uniform distribution of cement. 22 23 24 25 26 27 28 29 3. Apply to an area that all the operations can be continuous and completed in daylight within 6-hours of initial application. 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of soil and cement during dry-mixing operations 5. Do not exceed the specified optimum moisture content for the soil and cement mixture. 6. No equipment, except that used in the spreading and mixing, allowed to pass over the freshly spread cement until it is mixed with the soil. 30 E. Mixing 31 1. Thoroughly mix the material and cement using approved equipment. 32 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free 33 from all clods and lumps. 34 3. Keep mixture within moisture tolerances throughout the operation. 35 4. Spread and shape the completed mixhue in a uniform layer. 36 5. After mixing, the City sample the mixture at roadway moisture and test in 37 accordance with Tex 1 O1 E, Part III, to determine compliance with the gradation 38 requirements in Table 1. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised June 28, 2013 321133-5 CEMENT TREATED BASE COURSES Page 5 of 7 1 Table 1 2 Gradation Requirements Minimum % Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 F. Compaction 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. 2. Compact material to at least 95-percent of the m�imum density as determined by ASTM D698. 3. At the start of compaction, the percentage of moisture in the mixture and in un- pulverized soil lumps shall be less than the quantity which shall cause the soil- cement mixture to become unstable during compaction and finishing. 4. When the uncompacted soil-cement mixture is wetted by rain so that the average moisture content exceeds the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the CONTRACTOR. 5. The specified optimum moisture content and density shall be determined in the field on the representative samples of soil-cement mixture obtained from the area being processed. 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 7. Begin compaction after mixing and after gradation and moisture requirements have been met. 8. Begin compaction at the bottom and continue until the entire depth of the mixture is uniformly compacted. 9. Uniformly compact the mixture to the specified density within 2-hours. 10. After the soil and cement mixture is compacted uniformly apply water as needed and thoroughly mix in. 11. Reshape the surface to the required lines, grades and cross section and then lightiy scarify to loosen any imprint left by the compacting or shaping equipment. G. Maintenance l. Maintain the soil-cement treatment in good condition from the time it first starts work until all work shall is completed. 2. Maintenance includes immediate repairs of any defect that may occur after the cement is applied. 3. Maintenance work shall be done by the CONTRACTOR at the CONTRACTOR'S expense and repeated as often as necessary to keep the area continuously intact. 4. Repairs are to be made in such a manner as to insure restoration of a uniform surface for the full depth of treatment. 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at least 2 inches, filling the area with treated material and compacting. 6. Remedy any low area of subbase or base shall by replacing the material for the full depth of subbase or base treatment rather than adding a thin layer of stabilized material to the completed work. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised June 28, 2013 321133-6 CEMENT TREATED BASE COURSES Page 6 of 7 1 2 3 4 5 6 7 H. Finishing 1. 2. 3. After completing compaction of the final course, clip, skin, or tight-blade the surface of the cement-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller adding small increments of moisture as needed and until a smooth surface is attained. 8 4. Add small amounts of water as needed during rolling_ Shape and maintain the 9 course and surface in conformity with the typical sections, lines, and grades shown 10 on the plans or as directed. i 1 5. Surface compaction and finishing shall proceed in such a manner as to produce, in 12 not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose 13 material, conforming to the drawn grade and line shown on the plans. 14 6. After the final layer or course of the cement modified soil has been compacted, it 15 shall be brought to the required lines and grades in accordance with the typical 16 sections. 17 7. The completed section shall then be finished by rolling with a pneumatic tire or 18 other suitable roller sufficiently to create micro cracking. 19 I. Curing 20 l. General 21 a. Cure for at least 48 hours. 22 b. Maintain the moisture content during curing at no lower than 2 percentage 23 points below optimum. 24 25 26 2'7 28 29 30 31 32 2. Curing method depends on finished pavement type: a. Concrete pavement: 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. b. Asphalt Pavement: 1) Apply an asphalt material at a rate of 0.05 to 020 gallon per square yard. 2) Do not allow equipment on the finished course during curing 33 3. Continue curing until paving operations begin. 34 3.5 [REPAIR]/[RESTORATION] [NOT USED] 35 3.6 RE-INSTALLATION [NOT USED] 36 3.7 FIELD QUALITY CONTROL � 37 A. Density Test 38 1. City Project Representative must be on site during density testing 39 40 41 42 2. City to measure density of cement treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum)_ 4. City Project Representative determines density testing locations_ CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised June 28, 2013 321133-7 CEMENT TREATED BASE COURSES Page 7 of 7 i B. Depth Test 2 1. Take minimum of one core per 5001inear feet per each direction of travel 3 staggering test location in each lane to determine in-place depth. 4 2. City Project Representative deternunes depth testing locations. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised June 28, 2013 321216-1 ASPHALT PAVING Page 1 of 23 1 2 3 PART 1- GENERAI. SECTION 3212 16 ASPI-�AI,T PAVING 4 1.1 SITIVIlVIARY 5 A. Construct a pavement layer composed of a compacted, dense-graded mixture of 6 aggregate and asphalt binder for surface or base courses. 7 B. Standard Detail 8 1. H.M.A.C. Pavement Construction Details 9 10 11 12 13 14 15 16 17 18 19 C. Deviations from City of Fort Worth Standards � �o� Measurement: a. Asphalt Pavement: Measure by the linear foot of longitudinal trench, completed and accepted asphalt pavement in its final position for various thicknesses. b. Asphalt Base Course: Measure by the linear foot of longitudinal trench, completed and accepted in its final position for various thicknesses. D. Related Specification Sections include but are not necessarily limited to 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1- General Requirements 3. Section 32 Ol 17 - Permanent Asphalt Paving Repair 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment l. Measurement �.�^����ve�e.,�: o o �,<, ��,e � o.,,.a „�,.,,,,.,,,�atoa_�na_�� �� ,.�.,,�� ,. �� , ;�� �;�.,� .,;*; ., � � +�,:,.v„o ,,,a +< �, u r,r n r •r,-.,,,�;�; v�T.r.r-c..r,. rrnucrrsr2�P.x35�FC?- �-6 f� , �J� d. H.M.A.C. Pavement Level Up: measure by the ton of completed and accepted in its final position.. e. H.M.A.C. Speed Cushion: measure by each completed and accepted in its fmal position. 2. Payment: Based on the work performed and all materials furnished and subsidiary work and materials include: a. shaping and fine grading the roadbed b. furnishing, loading and unloading, storing, hauling and handling all materials including all freight and royalty c. traffic control for all testing d. asphalt, aggregate, and additive e. materials and work needed for coirective action, f. equipment, labor, tools g. trial batches, CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLTMENI'S City Project No. 01829 Revised June 28, 2013 321216-2 ASPHALT PAVING Page 2 of 23 1 2 h. tack coat, i. removal and/or sweeping excess material. 3 1.3 REFERENCES 4 A. Abbreviations and Acronyms 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. National Institute of Standards and Technology (I�TIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices 3. ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt �HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) 5. Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determiuing the Bar Linear Shrinkage of Soils e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised June 28, 2013 321216-3 ASPHALT PAVING Page 3 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 µm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 17 1.4 ADMINISTRATIVE REQUIl2EMENTS [NOT USED] 18 1.5 ACTION SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 23 1.9 QUALITY ASSUR.ANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD CONDITIONS 26 A. Weather Conditions 27 1. Place mixture when the roadway surface temperature is equal to or higher than the 28 temperatures listed in Table l. 29 Table 1 30 Minimum Pavement Surface Tem eratures Minimum Pavement Surface Temperatures in De rees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 PG 70 55' PG 76 or hi�her 60' � .1 .1 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01829 Revised June 28, 2013 32 12 16 - 4 ASPHALT PAVING Page 4 of 23 1 '�Contractors may pave at temperatures 10°F lower than the values shown in Table 1 2 when utilizing a paving process including WMA or equipment that eliminates thermal 3 segregation. In such cases, the contractor must use either a hand held thermal camera 4 or a hand held infrared thermometer operated in accordance with Tex-244-F to 5 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 6 10° F of thermal segregation. 7 8 2_ Unless otherwise shown on the plans, place mixtures only when weather conditions 9 and moisture conditions of the roadway surface are suitable in the opinion of the 10 City. 11 12 1.12 WARIEtANTY [NOT USED] 13 PART 2 - PRODUCTS 14 Z.l OWNER-FURNISHED PRODUCTS [NOT USED] 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 2.2 MATERIALS A. General: 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. 4. When the CONTRACTOR makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth of the compacted lift should be at least two times the nominal maximum aggregate size. B. Aggregate. l. General: a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the plans. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (RAP) is allowed by plan note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the plans_ e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtTMEN'TS City Project No. 01829 Revised June 28, 2013 321216-5 ASPHALT PAVING Page 5 of 23 1 2 3 4 5 6 7 8 i. J- k. 1. Document all test results on the mixture design report. The City may perform tests on independent or split samples to verify CONTRACTOR test results. Stockpile aggregates for each source and type separately and designate for the City. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part II. Table 2 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 A re ate Quali Re uirements Pro e Test Method Re uirement Coarse A re ate SAC AQMP As shown on lans Deleterious material, ercent, max Tex-217-F, Part I 1.5 Decantation, ercent, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, ercent, max Tex-461-A Note 1 Los An eles abrasion, ercent, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, ercent, max Tex-411-A 30 Coarse aggregate angularity, 2 crushed faces, Tex 460-A, Part I 853 ercent, min Flat and elon ated articles 5:1, ercent, m� Tex-280-F 10 Fine A re ate Linear shrinka e, ercent, maY Tex-107-E 3 Combined A re ate Sand e uivalent, ercent, min Tex-203-F 45 1. Not used for acceptance purposes. Used by the City as an indicator of the need tor tnrther investigation. 2. Unless otherwise shown on the plans. 3. Unless otherwise shown on the plans. Only applies to crushed gravel. m. Coarse Aggregate. 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size should not be over half of the proposed lift depth to prevent particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. 4) Provide aggregate from nonlisted sources only when tested by the City and/or approved before use. 5) Allow 30 calendar days for the City to sample, test, and report results for nonlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0300. 9) When blending, do not use Class C or D aggregates. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised June 28, 2013 321216-6 ASPHALT PAVING Page 6 of 23 1 10) For blending purposes, coarse aggregate from RAP will be considered as 2 Class B aggregate. 3 11) Provide coarse aggregate with at least the minimum SAC shown on the 4 plans. 5 12) SAC requirements apply only to aggregates used on the surface of travel 6 lanes, unless otherwise shown on the plans. 7 n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 8 1) No RAP permitted for TYPE D H.M.A.C. 9 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 10 shown on the plans. 11 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 � sieve. 4) RAP from either CONTRACTOR or City, including RAP generated during the project, is permitted only when shown on the plans. 5) City-owned RAP, if allowed for use, will be available at the location shown on the plans. 6) When RAP is used, determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RA.P when shown on the plans. 8) When RAP is allowed by plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the plans. 9) Do not use RAP contaminated with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than S. 11) Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. 12) Determine the plasticity index using Tex-106-E if the decantation value exceeds Spercent. 13) The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. 14) Do not intermingle CONTRACTOR-owned RAP stockpiles with City- owned RAP stockpiles. 15) Remove unused CONTRACTOR-owned RAP material from the project site upon completion of the project. 16) Return unused City-owned RAP to the designated stockpile location. Fine Aggregate. 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At most 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. 6) With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 2, unless otherwise approved. 7) If 10 percent or more of the stockpile is reta.ined on the No_ 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised June 28, 2013 32 12 16 - 7 ASPHALT PAVING Page 7 of 23 Table 3 Gradation Re uirements for Fine A re at percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 2 Z. Mineral Filler. Mineral filler consists of finely divided mineral matter such as 3 agricultural lime, crusher fines, hydrated lime, cement, or fly ash. Mineral filler is 4 allowed unless otherwise shown on the plans. Do not use more than 2 percent 5 hydrated lime or cement, unless otherwise shown on the plans. The plans may 6 require or disallow specific mineral fillers. When used, provide mineral filler that: 7 a. is sufficiently dry, free-flowing, and free from clumps and foreign matter; 8 b. does not exceed 3 percent linear sluinkage when tested in accordance with 9 Tex-107-E; and meets the gradation requirements in Table 4. 10 Table 4 11 Gradation Re uirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 12 13 3. Baghouse Fines. Fines collected by the baghouse or other dust-collecting equipment 14 may be reintroduced into the mixing drum. 15 4. Asphalt Binder. Furnish the type and grade of performance-graded (PG) asphalt 16 binder specified as follows: 17 a. Performance-Graded Binders. PG binders must be smooth and homogeneous, 18 show no separation when tested in accordance with Tex-540-C, and meet 19 Table 5 requirements. CiTY OF FORT WORTH Casino Beach and Watercress Brive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01829 Revised June 28, 2013 M N O W a°o a � � � � d ��1�, .n V R � H � � � � ir w � � N � N O (� �`1 V /� N oNo � oNo a ' `o � �o 0 � n � � � �t � M n M O i � N � /� N � � � � � N v � a � /� N � `o � �o 0 � ^ � M i � M ' , n M � � i..i � � � U � N o/� N o � � � o 0 � � V N � � � � � � p" N ri N � � w ,ti� � � P. `�° ^ `�° �, I E" ' W W A `r n M � � O M ' � � � � � � � � � N � /� N M � C7 �, ��y � � � � N � N F�i � r�i � /� N O F+ � � � � � ►a � � M � �i M � (,� N V /� N � I o0 a N ^ N I � o � o � � o Ti .� � �" � Q. U � 0 v� t" ,� m t" � ,� N � cC � N � a.+ 'U � �+ "O GL R. "O � � � � � � � � � � � o � � � � � � � � � �. o �a\ � � o �\ H� � � v� v'i � v p �n N v ,� a, � .°3 r, --' a� � U.-, N v 'f"" '� � � � � M � .�.. Q Cf' M .'S"". �.�.+ � � — � °° �p � H � s`�. � � � i�.. � � y� o � (� cn o ��, p. � a�i �� o. � �O °� � � F" cn m � � � H �v, � y �, � a> > �o � iC � �n i,�„ m � '�n .� a c� a'"i R, � p� �* N . U � �* a�i > � � c"'c � � � C7 F� � � � � C7 F� d �? � w > �1 w � � �1 � � N y � ca --� .� O °" o �z � .� �o 'a` 0 a. � a�U �. � � � 't7 ❑ � � � 3 > A � � � V ar N R 3 c m U N P] 0 .N U � z w � U O Ca z 0 ¢ .V. � W a � O F � zN ON Q � A 'd � H � �x H x 3 � O O � U N 0 � ao a � a� � i� � 0 u � � .� CC H 0o N o0 00 � � � �i N � i .d � N `� � O r� N � N N p, V/ ~ •--� i N � � � P� � a � N � � �3 '� ' ' o w° �, M � N N '� ' ' ' o 00 N OO OO � t��h N N ~ ~ c�e V � L� N � N N Q � � � N N i � r p � W � � � � N � � b � .' � � � � � Q � .� N N � M � � � C� N � N o0 0o E � � �� N N � � cJ � p � � C� N W�� N N ¢ � � � N �,�Q, N � � � w f� n v � � � � a ,� N . �O �o 0 � a M a � N N y � � � a a � � w N � � � � � � d' N � CV � � p � W A py N � � N N � N � � .S � � N i � b i••l � � � �� `""' � N � � o t V � � � � �' . � M � ,� N N � � � 00 � oo N o0 00 � � � � � , a N , , � a � '� N � � N a`3 N �-+ � � N � � w � o ar�i ° � R � � o � � O U �" � a� � � a' � O U o0 0 0� .� y � o F� � � � ' � � °� ° 't% � .-�. °�' � a o i; � -� � � m � X � M �' L� .--� � a� .f', c3 M cC M � � c' A+ � � N H � � N E--� � N S� 3� �y' ir ��]. V] M ��"-+ A. Q � � � � � � " Y � " � � ,� a � .� �; � � a'�.i' U � r�/I � �'i � � % y .'_' r+'�j� N 1� � C7H �� �H �wE� � ✓ � � � 0. a Ca U Ca � � 'ty ee � d u � � w d � � � �. w° `�° 'a. .� a� � R � ~ U a on o � � � � � ia �° �o a' • a b � �6 GJ U Q� �' M � � �w �� � � � � '� � � � � � * � v°J °' � � E �„ .o s� � w � m �� o � � � h � � q � � �> � v � o � � Y � � s°�., o � �.0 y�� 'd ai O U � O a� �� 30 o'� �� `�N U O �X II. ^ E' 'C7 ^ '� O E o.. � '> � � � � O � O � O � �+ flS i� �� � y a' W � � �o �°'� �.b �b �_ a; � � � b ca pp p c�i a � � .H y o0 �aTi aNi `a3 •� °' .S � � .a �o � U a'.'g > '� � o� � " 8 .5 � � �� v a � x � � � � ;o b � � � V EJ • " .D t. ° �" �, R i� � c bp a ¢' � C m �y m � .n o � e,-, ia � .� �� �€n �� � 'y '� � z � b o y � y � o Y � .� •� � w � y U O �a .d � � y�` «'�. C� X•.� �"y � ;o d ,R v� o � V � � �.� > > � i c0 cc y O � U .'�,,, � m ti � '3 ��+ � W c�6 � a��- c0 � � i. .� � 3 � w � � y�., � N 'O y � � �� �bA b � w � n. a � � �' gy �� ��� .� i,�„ ,��, O � C Y � v o p � � `° tn Q U V " m rry � �� � T� ^m �' � G 'c7 �i �, C 0 O � d a �� o U oi r�• v F E ;; .:'° .d �c � 'S o C•-`� � s �s�o�F- �� M,S p� A R V] Q � F x O � � � � �,�,��� �� a�3 � R � E �� � �zb � V U 0� y�� p �2�,Ro_w^ .� �t° � �b��o R � yc�i �•� o^ �.c�cs .G 'C ,O p U .O S3. rn � � O c� � � ca cd �.�+ .� � V O N vi � � ov � 2 �� y o � �� N�^ ia V O.f,' E w` N itl R G� y� > s0 ;� .fl �•�F� �`�.�� s, m a� o o�.N a., � o N .0 �' O .� � i O Lt •^ Hwc�� �.ow �cn ri `�n° F' ri 'r�n n v °? vi � N a � N a � O x �a .� '� 0 � � .� �• U � w 0 ro .5 a�i 3 p � U � � .� � c. .� � �, � w 0 .N � � 'd � 0. � 0 0 C 0 0 � 3 p � � � .� � t�. � d � � c� � V �O .D � C �b � w o •= �N � � � � U y � � � � a � � � o � M � 3 � O � � .n � ? �� .y N �. � � U .� .� Q. � i �� N r�i� W .� O a o �z � a�i O 'a` �U � � � � i 3 > Ll y L 3V.� � 3 c � 0 � P] .5 U � z W � � C� z O Q U �" w a � z 0 F U ..�J N� N O N U °O N � � C Q � z� Q � � � x � O 3 � O w Q �" F U 32 12 16 - 10 ASPHALT PAVING Page 10 of 23 2 b. Separation testing is not required if: 3 1) a modifier is introduced separately at the mix plant either by injection in the 4 asphalt line or mixer, 5 2) the binder is blended on site in continuously agitated tanks, or binder 6 acceptance is based on field samples taken from an in-line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat: 9 a. Unless otherwise shown on the plans or approved, fiunish CSS-1H, SS-1H, or a 10 PG binder with a minimum high-temperature grade of PG 58 for tack coat 11 binder in accordance with Section 22.A.5. 12 6. Additives. 13 a. General: 14 1) When shown on the plans, use the type and rate of additive specified. 15 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent. 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt-stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization, settling, or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) properly labeled and unopened containers, as shipped from the 25 manufacturer, or 26 b) sealed tank trucks with an invoice to show contents and quantities_ 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's recommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range, and 32 (4) Handling and storage instructions. 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in-line-metering device. 38 c. Liquid Asphalt Additive Meters. 39 1) Provide a means to check the accuracy of ineter output for asphalt primer, 40 flu�ng material, and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements: 46 1) Unless otherwise shown on the plans, use the typical weight design 47 example given in Tex-204-F, Part I, to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Pmject No. 01829 Revised June 28, 2013 1 2 3 4 5 6 32 12 16-11 ASPHALT PAVING Page 11 of 23 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Pro erties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" — — — 1" 98.0-100.0 — — 3/4" 84.0-98.0 95.0-100.0 — 1 /2" — — 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0�3.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0--46:0 #30 13.0 28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Desi n VMA1 ercent Minimum — 13.0 14.0 15.0 Plant-Produced VMA, ercent Minimum — 12.0 13.0 14.0 1. V oids in Mineral Aggregates. 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Table 7 Miacture Di Property Test Requirement Method Target laboratory-molded density, percent Tex-207-F 96.0 Tensile strength (dry), psi (molded to 93 z percent �1 percent density) Tex-226-F 85-200 Boil test Tex-530-C — 1. Unless otherwise shown on the plans. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the CONTRACTOR's option unless otherwise shown on the plans. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01829 Revised June 28, 2013 32 12 16 - 12 ASPHALT PAVING Page 12 of 23 1 � d. When WMA is not required as shown on plans, produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAlV1INATION [NOT USED] 9 3.3 PREPA.RATION 10 A. Hauling Operations 11 1. Before use, clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds, use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover 18 the truck bed with tazpaulin. 19 3.4 INSTALLATION 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Equipment. l. General: a. Provide required or necessary equipment to produce, haul, place, compact, and core asphalt concrete pavement. b. Ensure weighing and measuring equipment complies with specification. c. Synchronize equipment to produce a mixture meeting the required proportions. 2. Production Equipment: a. Provide: 1) drum-mix type, weigh-batch, or modified weigh-batch mixing plants that ensure a uniform, continuous production; 2) automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions; 3) visible readouts indicating the weight or volume of asphalt and aggregate proportions; 4) safe and accurate means to take required samples by inspection forces; 5) permanent means to check the output of inetering devices and to perform calibration and weight checks; 6) additive-feed systems to ensure a unifoim, continuous material flow in the desired proportion. 3. Weighing and Measuring Equipment. a. General. 1) Provide weighing and measuring equipment for materials measured or proportioned by weight or volume. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised June 28, 2013 32 12 16-13 ASPHALT PAVING Page 13 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 2) Provide certified scales, scale installations, and measuring equipment meeting the requirements of TIIST Handbook 44, except that the required accuracy must be 0.4 percent of the material being weighed or measured. 3) Furnish leak-free weighing containers large enough to hold a complete batch of the material being measured. b. Truck Scales. 1) Furnish platfoim truck scales capable of weighing the entire truck or truck— trailer combination in a single draft. c. Aggregate Batching Scales. 1) Equip scales used for weighing aggregate with a quick adjustment at zero that provides for any change in tare. 2) Provide a visual means that indicates the required weight for each aggregate. d. Suspended Hopper. 1) Provide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales. 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. f. Asphalt Material Meter. 1) Provide an asphalt material meter with an automatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment purposes, ensure the accuracy of the meter is within 0.4 percent. 4) When used to measure component materials only and not for payment, ensure the accuracy of the meter is within 1.0 percent. g. Liquid Asphalt Additive Meters. 1) Provide a means to check the accuracy of ineter output for asphalt primer, flu�ng material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gallon or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. 4. Drum-Mix Plants. Provide a mixing plant that complies with the requirements below. a_ Aggregate Feed System. 1) Provide: a) a minimum of 1 cold aggregate bin for each stockpile of individual materials used to produce the mix; b) bins designed to prevent overflow of material; c) scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials; d) a feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer; e) an integrated means for moisture compensation; fl belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate; and CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised June 28, 2013 32 12 16 - 14 ASPHALT PAVING Page 14 of 23 1 g) cold aggregate bin flow indicators that automatically signal interrupted 2 material flow. 3 b. Reclaimed Asphalt Pavement (RAP) Feed System. 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System. 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. 11 d. Heating, Drying, and Mixing Systems. 12 1) Provide: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 e. f. g• a) a dryer or mixing system to agitate the aggregate during heating; b) a heating system that controls the temperature during production to prevent aggregate and asphalt binder damage; c) a heating system that completely burns fuel and leaves no residue; and d) a recording thermometer that continuously measures and records the mixture discharge temperature. e) Dust collection system to collect excess dust escaping from the drum. Asphalt Binder Equipment. 1) Supply equipment to heat binder to the required temperature. 2) Equip the heating apparatus with a continuously recording thermometer located at the highest temperature point. 3) Produce a 24 hour chart of the recorded temperature_ 4) Place a device with automatic temperature compensation that accurately meters the binder in the line leading to the mixer. 5) Furnish a sampling port on the line between the storage tank and mixer. Supply an additional sampling port between any additive blending device and mixer. Mixture Storage and Discharge. 1) Provide a surge-storage system to minimize interruptions during operations unless otherwise approved. 2) Furnish a gob hopper or other device to minimize segregation in the bin. 3) Provide an automated system that weighs the mixture upon discharge and produces a ticket showing: a) date, b) project identification number, c) plant identification, d) mix identification, e) vehicle identification, fl total weight of the load, g) tare weight of the vehicle, - h) weight of mixture in each load, and i) load number or sequential ticket number for the day. Truck Scales. 1) Provide standard platform scales at an approved location. CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised June 28, 2013 32 12 16-15 ASPHALT PAVING Page I 5 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 5. Weigh-Batch Plants. Provide a mixing plant that complies with Section 2.2.B.4 "Dnzm-Mix Plants," except as required below. a. Screening and Proportioning. 1) Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. a) Supply bins that discard excessive and oversized material through overflow chutes. b) Provide safe access for inspectors to obtain samples from the hot bins. b. Aggregate Weigh Box and Batching Scales. 1) Provide a weigh box and batching scales to hold and weigh a complete batch of aggregate. 2) Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not sufficient to complete the batch. c. Asphalt Binder Measuring System. 1) Provide bucket and scales of sufficient capacity to hold and weigh binder for 1 batch. d. Mixer. 1) Equipment mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period. 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 6. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section 2.2.B.5. "Weigh-Batch Plants," except as specificaliy described below. a. Aggregate Feeds. 1) Aggregate control is required at the cold feeds. Hot bin screens are not required. b. Surge Bins. 1) Provide 1 or more bins large enough to produce 1 complete batch of mixture. c. Hauling Equipment. 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent from the City. d. Placement and Compaction Equipment. 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactory results may be used. '7. Asphalt Paver. a. General: 1) Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. 3) Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised June 28, 2013 32 12 16 - 16 ASPHALT PAVING Page 16 of 23 1 4) Equip the paver with an automatic, dual, longitudinal-grade control system 2 and an automatic, transverse-grade control system_ 3 b. Tractor Unit. 4 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 5 the finishing machine to obtain the desired lines and grades to eliminate any 6 hand finishing. 7 2) Equip the unit with a hitch sufficient to maintain contact between the 8 hauling equipment's rear wheels and the finishing machine's pusher rollers 9 while mixture is unloaded. 10 c. Screed. i l 1) Provide a heated compacting screed that will produce a finished surface 12 that meets longitudinal and transverse profile, typical section, and 13 placement requirements. 14 2) Screed extensions must provide the same compacting action and heating as 15 the main unit unless otherwise approved. 16 d. Grade Reference. 17 1) Provide a grade reference with enough support that the maximum 18 deflection does not exceed 1/16 inch between supports. 19 2) Ensure that the longitudinal controls can operate from any longitudinal 20 grade reference including a string line, ski, mobile string line, or matching 21 shoes. 22 3) Furnish paver skis or mobile string line at least 40 feet long unless 23 otherwise approved. 24 8. Material Transfer Devices. 25 a. Provide the specified type of device when shown on the plans. 26 b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt 27 28 29 paver. c. When used, provide windrow pick-up equipment constructed to pick up substantially all roadway mixture placed in the windrow. 30 9. Remixing Equipment. 31 a. When required, provide equipment that includes a pug mill, variable pitch 32 augers, or variable diameter augers operating under a storage unit with a 33 ininimum capacity of 8 tons. 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 10. Motor Grader. a_ When allowed, provide a self-propelled grader with a blade length of at least 12 feet and a wheelbase of at least 16 feet. 11. Handheld Infrared Thermometer. a. Provide a handheld infrared thermometer meeting the requirements of Tex-244-F. 12. Rollers. a. The CONTRACTOR may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the CONTRACTOR may, as approved, operate other compaction equipment that produces equivalent results. CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised June 28, 2013 32 12 16 - 17 ASPHALT PAVING Page 1 � of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require CONTRACTOR to substitute equipment if production rate and quality requirements of the Contract are not met. 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as required or approved. 14. Distributor vehicles. a. Furnish vehicle that can achieve a uniform tack coat placement. b. The nozzle pattems, spray bar height and distribution pressure must work together to produce uniform application. c. The vehicle should be set to provide a"double lap" or "triple lap" coverage. d. Nozzle spray patterns should be identical to one another along the distributor spray bar. e. Spray bar height should remain constant. f. Pressure within the distributor must be capable of forcing the tack coat material out of spray nozzles at a constant rate. 15. Coring Equipment. a. When coring is required, provide equipment suitable to obtain a pa�ement specimen meeting the dimensions for testing. B. Construction. 1. Design, produce, store, transport, place, and compact the speciiied paving mixture in accordance with the requirements of tlus Section. 2. Unless otherwise shown on the plans, provide the mix design. 3. The City will perform quality assurance (QA) testing. 4. Provide quality control (QC) testing as needed to meet the requirements of this Section. C. Production Operations. 1. General. a. The City may suspend production for noncompliance with this Section. b. Take conective action and obtain approval to proceed after any production suspension for noncompliance. f►? 3 Operational Tolerances. a. Stop production if testing indicates tolerances are exceeded on: 1) 3 consecutive tests on any individual sieve, 2) 4 consecutive tests on any of the sieves, or 3) 2 consecutive tests on asphalt content. b. Begin production only when test results or other information indicate, to the satisfaction of the City, that the next mixture produced will be within Table 9 tolerances. Storage and Heating of Materials. a. Do not heat the asphalt binder above the temperatures specified in Section 2.2.A. or outside the manufacturer's recommended values. b. On a daily basis, provide the City with the records of asphalt binder and hot- mix asphalt discharge temperatures in accordance with Table 10. c. Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hours. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenu, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'I'S City Pmject No. 01829 Revised June 28, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 C� Mixing and Discharge of Materials. a. Notify the City of the target discharge temperature and produce the mixture within 25 degrees F of the target. b. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixture produced at more than 350 degrees F. c. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. D. Placement Operations. 1. Place the mixture to meet the typical section requirements and produce a smooth, finished surface or base course with a uniform appearance and texture. 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that a11 finished surfaces will drain properly. 4• When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 5. Placement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6. Hand-placing should be mi.nimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted li$ thickness shown in Table 9, unless otherwise shown on the plans or allowed. Table 9 i acted Lift Thickness and Re uired Core H� Com acted Lift Thickness Mia�ture Type Minimum Ma�mum B 2.00 3 pp C 2.00 2.50 D 1.50 2.00 9. Tack Coat_ a_ Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. e. Roll the tack coat with a pneumatic-tire roller when directed. f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive properties. g. The City may suspend paving operations until there is adequate adhesion. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 28, 2013 • City Proje�t No. 01829 32 12 16 - 18 ASPAALT PAVING Page 18 of23 32 12 16 - 19 ASPHALT PAVING Page 19 of 23 1 h. The tack coat should be placed with enough time to break or set before 2 applying hot mix asphalt layers. 3 i. Traffic should not be allowed on tack coats. 4 j. When a tacked road surface must be opened to traffic, they should be covered 5 with sand to provide friction and prevent pick-up. 6 k. A typical rate for applying a sand cover is 4 to 81bs/square yard. 7 10. General placement requirements. 8 a. Material should be delivered to maintain a relatively constant head of material 9 in front of the screed. 10 b. The hopper should never be allowed to empty during paving. i l c. Dumping wings between trucks not allowed. Dispose of at end of days 12 production. 13 14 15 16 17 18 1. Minunum Mixture Placement Temperatures. Use Table 10 for miniinum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 19 Table 10 20 Su ested Minimum Mixture Placement Tem era High-Temperature Minimum Placement Binder Grade Temperature PG 64 or lower PG 70 PG 76 PG 82 or hi�hei 21 22 23 24 25 26 27 28 E. Lay-Down Operations. 260°F 270°F 280°F 290°F F. Compaction. 1. Use air void control unless ordinary compaction control is specified on the plans. 2 3 4 Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. 29 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 30 6. Unless otherwise directed, operate vibratory rollers in static mode when not 31 compacting, when changing directions, or when the plan depth of the pavement mat 32 is less than 1-1/2 inches. 33 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, 34 and similar structures and in locations that will not allow thorough compaction with 35 the rollers. 36 8. The City may require rolling with a trench roller on widened areas, in trenches, and 37 in other limited areas. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 01829 Revised June 28, 2013 32 12 16 - 20 ASPHALT PAVING Page 20 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed_ 10. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 11. Air Void Control. a. General. 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 percent in-place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers. 1) Furnish the type, size, and number of rollers required for compaction, as approved. 2) Use a pneumatic-tire roller to seal the surface, unless otherwise shown on the plans. 3) Use additional rollers as required to remove any roller marks. c. Air Void Determination. 1) Unless otherwise shown on the plans, obtain 2 roadway specimens at each location selected by the City for in-place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corelok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in-place air voids at the selected location. d. Air Voids Out of Range. 1) If the in-place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in-place air void content within requirements. e. Test Section. 1) Construct a test section of 1 lane-width and at most 0.2 mi. in length to demonstrate that compaction to between 5 percent and 9 percent in-place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in- place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in-place air void content is placed, resume full production. 12. Ordinary Compaction Control. a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least 1 medium pneumatic-tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattem unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattem. e. Compact the pavement to meet the requirements of the plans and specifications. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 01829 Revised June 28, 2013 32 12 16 - 21 ASPHALT PAVING Page 21 of 23 1 2 3 4 5 6 7 8 f. g• h. i. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed_ Make altemate trips of the roller slightly different in length. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. 9 10 11 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 G. Irregularities. 1. Identify and correct uregularities including but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. 2. The City may also identify irregularities, and in such cases, the City shall promptly notify the CONTRACTOR. 3. If the City determines that the irregularity will adversely affect pavement performance, the City may require the CONTRACTOR to remove and replace (at the CONTRACTOR'S expense) areas of the pa�ement that contain the irregularities and areas where the mixture does not bond to the existing pavement. 4. If irregularities are detected, the City may require the CONTR.ACTOR to immediately suspend operations or may allow the CONTRACTOR to continue operations for no more than 1 day while the CONTRACTOR is taking appropriate corrective action. 5. The City may suspend production or placement operations until the problem is corrected. 6. At the expense of the CONT'RACTOR and to the satisfaction of the City, remove and replace any mixture that does not bond to the e�sting pavement or that has other surface irregularities identified above. 29 3.5 REPAIR 30 A. See Section 32 Ol 17. 31 3.6 QUALITY CONTROL 32 33 34 35 36 37 38 39 40 41 42 43 A. Production Testing 1. Perform production tests to verify asphalt paving meets the performance standard required in the plans and specifications. 2. City to measure density of asphalt paving with nuclear gauge. 3. City to core asphalt paving from the normal thickness of section once acceptable density achieved. City identifies location of cores. a. Minimum core diameter: 4 inches b. Minimum spacing: 200 feet c. Minimum of one core every block d. Altemate lanes between core 4. City to use cores to determine pavement thiclaiess and calculate theoretical density. a. City to perform theoretical density test a minimum of one per day per street. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 01829 Revised June 28, 2013 32 12 16 - 22 ASPHALT PAVING Page 22 of 23 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 B. Density Test 1. The average measured density of asphalt paving must meet specified density. 2. Average of ineasurements per street not meeting the minimum specified strength shall be subject to the money penalties or removal and replacement at the CONTRACTOR' S expense as show in Table 11. Table 11 Densi Pa ment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of CONTRACTOR as directed bv OWNER. 90 91-93 94 95 Over 95 1 remove and replace at the entire cost and expense of CONTRACTOR as directed bv OWNER. 3. The amount of penalty shall be deducted from payment due to CONTRACTOR. 4. These requirements are in addition to the requirements of Section 1.2 Measurement and Payment. C. Pavement Thickness Test. l. City measure each core thiclaiess by averaging at least three measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the plans. 3. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR' S expense. 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. Table 12 Thickness Deficiency Penalties Deficiency in Thicl�ess Determined bv Cores Greater Than 0 percent - Not More than 10 percent Greater Than 10 percent - Not More than 15 percent Greater Than 15 percent Proportional Part Of Contract Price 90 percent 80 percent remove and replace at the entire cost and expense of CONTRACTOR as directed bv OWNER. CIT1' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised June 28, 2013 32 12 16 - 23 ASPHALT PAVING Page 23 of 23 - 1 6. If, in the judgment of the City, the area of such deficiency warrants removal, the 2 area shali be removed and replaced, at the CONTRACTOR' S entire expense, with 3 asphalt paving of the thickness shown on the plans. 4 7. No additional payment over the contract unit price shall be made for any pavement 5 of a thickness exceeding that required by the plans. 6 3.7 FIELD QUALTTY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 312 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 � Revision Log DATE NAME SUMMARY OF CHANGE CI"I'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised June 28, 2013 321313-1 CONCRETE PAVING Page 1 of 21 1 2 SECTION 32 13 13 CONCRETE PAVING 3 PARTl- GENERAL 4 l.l SUMMARY 5 A. Section includes finished pavement constructed of portland cement concrete including 6 monolithically poured curb on the prepared subgrade or other base course. '7 B. Standard Details. 8 1. Reinforced Concrete Pavement Construction Details. 9 C. Deviations from City of Fort Worth Standards. 10 1. �e. Measurement: Measured by the longitudinal linear foot of trench completed 11 and accepted pavement in its final position and measured in the field for various 12 classes and thicknesses. 13 D. Related Specification Sections include but are not necessarily limited to 14 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 15 Contract. 16 2. Division 1- General Requirements. 17 3. Section 32 Ol 29 - Concrete Paving Repair. 18 4. Section 32 13 73 - Concrete Paving Joint Sealants. 19 1.2 PRICE AND PAI'MENT PROCEDURES 20 A. Measurement and Payment. 21 1. Measurement: 22 23 �e�ses: 24 2. Payment: based on the work performed and all materials furnished for concrete 25 paving. Subsidiary work and materials include: 26 a. shaping and fine grading the roadbed 27 b. furnishing and applying all water required 28 c. furnishing, loading and unloading, storing, hauling and handling all concrete 29 ingredients including all freight and royalty involved 30 d. mixing, placing, finishing and curing all concrete 31 e. furnishing and installing all reinfarcing steel 32 f. furnishing all materials and placing longitudinal, warping, expansion, and 33 contraction joints, including all steel dowels, dowel caps and load transmission 34 units required, wire and devices for placing, holding and supporting the steel 35 bar, load transmission units, and joint filler material in the proper position; for 36 coating steel bars where required by the plans 37 g. sealing joints 38 h. monolithically poured curb 39 i. all manipulations, labor, equipment, appliances, tools, and incidentals necessary 40 to complete the work. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 2 CONCRETE PAVING Page 2 of 21 1 1.3 REFERENCES 2 A. Reference Standards. 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM Intemational (ASTM): a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field c. C33, Concrete Aggregates d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete f. C94/C94M, Standard Specifications for Ready-Mixed Concrete g. C150, Portland Cement h. C156, Water Retention by Concrete Curing Materials i. C172, Standard Practice for Sampling Freshly Mixed Concrete j. C260, Air Entraining Admixtures for Concrete k. C309, Liquid Membrane-Forming Compounds for Curing Concrete, Type 2 l. C494, Chemical Admi�rtures for Concrete, Types "A", "D", "F" and "G" m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Concrete n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete p. C 1602, Standard Specification for Mi�ng Water Used in the Production of Hydraulic Cement Concrete. q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 3. American Concrete Institute (ACn: a. ACI 305.1-06 Specification for Hot Weather Concreting b. ACI 306.1-90, Standard Specification for Cold Weather Concreting c. ACI 318 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2.4.A. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvecnents, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 3 CONCRETE PAVING Page 3 of 21 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 l.11 FIELD CONDITIONS 6 A. Weather Conditions_ 7 l. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting (ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 � Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting (ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WA,�tRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 l. Air-Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 34 3. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM 35 C618. 36 E. Steel Reinforcement: ASTM A615. 37 F. Steel Wire Reinforcement: Not used for concrete pavement. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 -4 CONCRETE PAVING Page 4 of 21 1 2 3 4 5 6 7 8 9 10 11 12 G_ Dowels and Tie Bars_ 1. Dowel and tie bars: ASTM A615. 2. Dowel Caps. a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the plans and shall have an intemal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for powel and Tie Bars: ASTM C881. a. See following table for approved producers of epo�es and adhesives Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF �iTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology tTltrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 13 14 15 16 17 18 19 20 21 22 23 24 25 b. Epoxy Use, Storage and Handling. 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and wamings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components; b) Brand name; c) Name of manufacturer; d) Lot or batch number; e) Temperature range for storage; fl Date of manufacture CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCtTMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 5 CONCRETE PAVING Page 5 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 g) Expiration date; and h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs. 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or CONTRACTOR'S personnel walking on the reinforcing bars. 2. Bax chairs may be made of inetal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic sha11 show no visible indications of deterioration after immersion in a 5-percent solution of sodium hydro�de for 120-hours. 4. Bar chairs may be rej ected for failure to meet any of the requirements of this specification. I. Joint Filler. 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the plans or required in the specifications. 1) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be fumished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler shall be shown on the plans; the width shall be not less than that shown on the plans, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 321313-6 CONCRETE PAVING Page 6 of21 1 K. Curing Materials. 2 l. Membrane-Forming Compounds. 3 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 4 compound and be of such nature that it shall not produce permanent 5 discoloration of concrete surfaces nor react deleteriously with the concrete. 6 b. The compound shall produce a firm, continuous uniform moisture-impermeable 7 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 8 9 c. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 d. e. f. g- h. concrete. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. It shall adhere in a tenacious film without running off or appreciably sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under tra�c and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job site in the manufacturer's original containers only, which shall be clearly labeled with the manufacturer's name, the trade name of the material and a batch number or symbol with which test samples may be correlated. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the liquid membrane-forming compound shall restrict the loss of water present in the test specimen at the time of application of the curing compound to not more than 0.01-oz.-per-2 inches of surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Mix Design 27 l. Concrete Mix Design and Control. 28 a. At least 10 calendar days prior to the start of concrete paving operations, the 29 CONTRACTOR shall submit a design of the concrete mix it proposes to use 30 and a full description of the source of supply of each material component. 31 b. The design of the concrete mix shall produce a quality concrete complying with 32 these specifications and shall include the following information: 33 1) Design Requirements and Design Summary. 34 2) Material source. 35 3) Dry weight of cement/cu. yd. and type. 36 4) Dry weight of fly ash/cu. yd. and type, if used. 37 5} Saturated surface dry weight of fine and coarse aggregates/cu. yd. 38 6) Design water/cu. yd. 39 7) Quantities, type, and name of admixtures with manufacturer's data sheets. 40 8) Current strength tests or strength tests in accordance with ACI 318. 41 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 42 and date of tests. 43 10) Fineness modulus of fine aggregate. 44 11) Specific Gravity and Absorption Values of fine and coarse aggregates. 45 12) L.A. Abrasion of coarse aggregates. 46 c. Once mix design approved by City, maintain intent of mix design and maximum 47 water to cement ratio. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 7 CONCRETE PAVING Page 7 of 21 1 2 3 4 5 6 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 d. No concrete may be placed on the job site until the mix design has been approved by the City. 2. Quality of Concrete. a. Consistency. 1) In general, the consistency of concrete mixtures shall be such that: a) mortar shall cling to the coarse aggregate, b) aggregate shall not segregate in concrete when it is transported to the place of deposit, c) concrete, when dropped directly from the discharge chute of the mixer, shall flatten out at the center of the pile, but the edges of the pile shall stand and not flow, d) concrete and mortar shall show no free water when removed from the xmxer, e) concrete shall slide and not flow into place when transported in metal chutes at an angle of 30 degrees with the horizontal, and fl surface of the finished concrete shall be free from a surface film or laitance. 2) When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water sha11 be applied to the surface by hand sprayer only and be held to a minimum amount. 3) The concrete shall be workable, cohesive, possess satisfactory finishing qualities and be of the stiffest consistency that can be placed and vibrated into a homogeneous mass. 4) Excessive bleeding shall be avoided. 5) If the strength or consistency required for the class of concrete being produced is not secured with the miuiinum cement specified or without exceeding the maximum water/cement ratio, the CONTRACTOR may use, or the City may require, an approved cement dispersing agent (water reducer); or the CONTRACTOR shall furnish additional aggregates, or aggregates with different characteristics, or the CONTRACTOR may use additional cement in order to produce the required results. 6) The additional cement may be permitted as a temporary measure, until aggregates are changed and designs checked with the different aggregates or cement dispersing agent. '7) The CONTRACTOR is solely responsible for the quality of the concrete produced. 8) The City reserves the right to independently verify the quality of the concrete through inspection of the batch plant, testing of the various materials used in the concrete and by casting and testing concrete cylinders or beams on the concrete actually incorporated in the pavement. b. Standard Class. 1) Unless otherwise shown on the plans or detailed specifications, the standard class for concrete paving for streets and alleys is shown in the following table. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 8 CONCRETE PAVING Page 8 of 21 1 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete1 Cementitious, Compressive, Water/ Aggregate Lb./CY Strengthz Cementitious, M�imum psi Ratio Size inch P 51'7 3600 0_49 1-1/2 H 564 4500 0.45 1-1/2 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1. All exposed horizontal concrete shall have entrained-air. 2. Minimum Compressive Strength Required. 2) Machine-Laid concrete: Class P 3) Hand-Laid concrete: Class H. c. High Early Strength Concrete (HES). 1) When shown on the plans or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the plans allowed. 3) No strength overdesign is required. Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 17 18 19 20 21 22 23 24 25 d. Slump. 1) Slump requirements for pavement and related concrete shall be as specified in the following table. Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Sli -Form/Form-Ridin Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the maximums shown. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 9 CONCRETE PAVING Page 9 of 21 1 2 3 4 3) Any concrete mix failing to meet the above consistency requirements, although meeting the slump requirements, shall be considered unsatisfactory, and the mix shall be changed to correct such unsatisfactory conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Equipment l. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine-Laid Concrete Pavement a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms that aze unifo�nly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip-Form Paver. 1) Slip-form paving equipment shall be provided with tra�eling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip-Form Paver if paver requires over-digging and impacts trees, mailboxes or other improvements. 4. Hand-Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand-laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used — onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M.City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready-mix concrete is used, sample concrete per ASTM C94 Altemate Procedure 2: 1) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15% and 85% of the load. CITY OF FORT WORTH Casino Beach and Watercress Drive Watec and Sewer Improvements, Phase i STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 10 CONCRETE PAVING Page 10 of 21 1 2) The method of sampling shall provide that the samples are representative of 2 widely separated portions, but not from the very ends of the batch. 3 d. The mixing of each batch, after all materials are in the drum, shall continue until 4 it produces a thoroughly mixed concrete of uniform mass as determined by 5 established mixer performance ratings and inspection, or appropriate uniformity 6 tests as described in ASTM C94. 7 e. The entire contents of the drum sha11 be discharged before any materials are 8 placed therein for the succeeding batch. 9 f. Retempering or remixing shall not be permitted. 10 3. Delivery. 11 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 12 City to prevent cold joint. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 4. Delivery Tickets. a. For all operations, the manufacturer of the concrete shali, before unloading, furnish to the purchaser with each batch of concrete at the site a delivery ticket on which is printed, stamped, or written, the following information to determine that the concrete was proportioned in accordance with the approved mix design: 1) Name of concrete supplier. 2) Serial number of ticket. 3) Date. 4) Truck number. 5) Name of purchaser_ 6) Specific designation of job (name and location). 7) Specific class, design identification and designation of the concrete in conformance with that employed in job specifications. 8) Amount of concrete in cubic yards. 9) Time loaded or of first mixing of cement and aggregates. 10) Water added by receiver of concrete. 11) Type and amount of admixtures. C. Subgrade 1. When manipulation or treatment of subgrade is required on the plans, Yhe work shall be performed in proper sequence with the preparation of the subgrade for pavement. 34 2. The roadbed shall be excavated and shaped in conformity with the typical sections 35 and to the lines and grades shown on the plans or established by the City. 36 3. All holes, ruts and depressions shall be filled and compacted with suitable material 37 and, if required, the subgrade shall be thoroughly wetted and reshaped. 38 39 40 41 42 43 44 45 46 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be conected. 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum density as determined by ASTM D698. 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the pavement to ensure its being in a firm and moist condition. 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution of the work. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMEN"TS City Pmject No. 01829 Revised July 8, 2013 32 13 13 - 11 CONCRETE PAVING Page 11 of 21 1 9. The CONTRACTOR shall notify the City at least 24 hours in advance of its 2 intention to place concrete pavement. 3 10. After the specified moisture and density are achieved, the CONTRACTOR shall 4 maintain the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base, additional tests may be required as directed by the City. 7 8 9 10 il 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 D. Placing and Removing Forms 1. Placing Forms a. Forms for machine-laid concrete 1) The side forms shall be metal, of approved cross section and bracing, of a height no less than the prescribed edge thickness of the concrete section, and a minimum of 10 feet in length for each individual form. 2) Forms shall be of ample strength and staked with adequate number of pins capable of resisting the pressure of concrete placed against them and the thrust and the vibration of the construction equipment operating upon them without appreciable springing, settling or deflection. 3) The forms shall be free from warps, bends or kinks and shall show no variation from the true plane for face or top. 4) Forms shall be jointed neatly and tightly and set with exactness to the established grade and alignment. 5) Forms shall be set to line and grade at least 200 feet, where practicable, in advance of the paving operations. 6) In no case sha11 the base width be less than 8 inches for a form 8 inches or more in height. 7) Forms must be in firm contact with the subgrade throughout their length and base width. 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes or other additional supports may be necessary to provide the required stability. b. Forms for hand-laid concrete 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 inches in thickness or equivalent when wooden forms are used, or be of a gauge that shall provide equivalent rigidity and strength when metal forms are used. 2) For curves with a radius of less than 250 feet, acceptable flexible metal or wood forms shall be used. 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. 2. Settling. When forms settle over 1/8 inch under finishing operations, paving operations sha11 be stopped the forms reset to line and grade and the pavement then brought to the required section and thickness. 3. Cleaning. Forms shall be thoroughly cleaned after each use. 4. Removal. a. Forms sha11 remain in place until the concrete has taken its final set. b. Avoid damage to the edge of the pavement when removing forms. c. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hours after form removal unless otherwise approved. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 12 CONCRETE PAVING Page 12 of 21 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General. 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the plans. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 obj ectionable scale, and of the type, size and dimensions shown on the plans. 12 c. Reinforcing bars sha11 be securely wired together at the alternate intersections 13 and all splices and sha11 be securely wired at each intersection dowel and load- 14 transmission unit intersected. 15 d. All bars shall be installed in their required position as shown on the plans. 16 e. The storing of reinforcing or structural steel on completed roadway slabs 17 generally shall be avoided and, where permitted, such storage shall be limited 18 to quantities and distribution that shall not induce excessive stresses. 19 2. Splices. 20 a. Provide standard reinforcement splices by lapping and tying ends. 21 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 22 the documents 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 3. Installation of Reinforcing Steel a. All reinforcing bars and bar mats shall be installed in the slab at the required depth below the finished surface and supported by and securely attached to bar chairs installed on prescribed longitudinal and transverse centers as shown by sectional and detailed drawings on the plans. b. Chairs Assembly. The chair assembly shall be similar and equal to that shown on the plans and shall be approved by the City prior to extensive fabrication c. After the reinforcing steel is securely installed above the subgrade as specified in plans and as herein prescribed, no loading shall be imposed upon the bar mats or individual bars before or during the placing ar finishing of the concrete_ 4. Installation of Dowel Bars a. Install through the predrilled joint filler and rigidly support in true horizontal and vertical positions by an assembly of bar chairs and dowel baskets_ b. Dowel Baskets. 1) The dowels shall be held in position exactly para11e1 to surface and centerline of the slab, by a dowel basket that is left in the pavement. 2) The dowel basket shall hold each dowel in exactly the correct position so firmly that the dowel's position cannot be altered by concreting operations. c. Dowel Caps. 1) Install cap to allow the bar to move not less than 1-1/4 inch in either direction. 44 5. Tie Bar and Dowel Placement. 45 a. Place at mid-depth of the pavement slab, parallel to the surface. 46 b. Place as shown on the plans. 47 6. Epoxy for Tie and Dowel Bar Installation 48 1) Epoxy bars as shown on the plans_ CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 13 CONCRETE PAVING Page 13 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 F. Joints 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 1. Joints shall be placed where shown on the plans or where directed by the City. 2. The plane of a11 joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions. a. The width of the joint shall be shown on the plans, creating the joint sealant b. c. � reservou�. The depth of the joint shall be shown on the plans. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Trausverse Expansion Joints. a. Expansion joints sha11 be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the plans, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of wealrnesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de-bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions j oints shall be constructed in accordance with the details shown on the plans. 6. Transverse Contraction Joints. a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the plans. b. Joints shall be of the design width, and spacing shown on the plans, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the plans, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual pavement thiclaiess, or deeper if so indicated on the plans. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECTFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 14 CONCRETE PAVING Page 14 of 21 1 f. Complete sawing as soon as possible in hot weather conditions and within a 2 mu�imum of 24 hours after saw cutting begins under cool weather conditions. 3 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 4 the point where some raveling is observed. 5 h. Damage by blade action to the slab surface and to the concrete immediately 6 adj acent to the j oint shall be minimized. � i. Any portion of the curing membrane which has been disturbed by sawing 8 operations sha11 be restored by spraying the areas with additional curing 9 compound. 10 7. Transverse Construction Joints. i i a. Construction joints formed at the close of each day's work or when the placing 12 of concrete has been stopped for 30-minutes or longer shall be constructed by 13 use of inetal or wooden bulkheads cut true to the section of the finished 14 pavement and cleaned. 15 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 16 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 17 surface and at right angles to the centerline of the pavement. 18 d. Edges shall be rounded to 1/4 inch radius. 19 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 20 the work. 21 8. Longitudinal Construction Joints. 22 a. Longitudinal construction joints shall be of the type shown on the plans. 23 9. Joint Filler. 24 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 25 plans. 26 b. Redwood Board joints shall be used for all pavement joints except for 27 expansion joints that are coincident with a butt joint against existing 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 c. d. e. f. g- h. pavements. Boards with less than 25-percent of moisture at the time of installation shall be thoroughly wetted onthejob. Green lumber of much higher moisture content is desirable and acceptable. The joint filler sha11 be appropriately drilled to admit the dowel bars when required. The bottom edge of the filler shall extend to or slightly below the bottom of the slab. The top edge shall be held approximately 1/2 inch below the finished surface of the pavement in order to allow the finishing operations to be continuous. The joint filler may be composed of more than one length of board in the length of joint, but no board of a length less than 6 foot may be used unless otherwise shown on the plans. After the removal of the side forms, the ends of the joints at the edges of the slab sha11 be carefully opened for the entire depth of the slab. 43 10. Joint Sealing. Routi.ne pavement joints shall be filled consistent with paving details 44 and as specified in Section 32 13 73. Materials shall generally be handled and 45 applied according to the manufacturer's recommendations as specified in 46 Section 32 13 73. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 15 CONCRETE PAVING Page 15 of 21 1 G. Placing Concrete 2 1. Unless otherwise specified in the plans, the finished pavement sha11 be constructed 3 monolithically and constructed by machined laid method unless impractical. 4 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 5 shall be distributed to the required depth and for the entire width of the pavement 6 by shoveling or other approved methods. 7 3. Any concrete not placed as herein prescribed within the time limits in the following 8 table will be rejected. Time begins when the water is added to the mixer. 0 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 Tem erature — Time Re uirements Concrete Temperature Max Time — minutes M� Time — minutes (at oint of lacement) (no retardin a ent) (with retarding agent)' Non-Agitated Concrete All tem eratures 45 45 A itated Concrete Above 90°F Time may be reduced by 75 City Above �5°F thru 90°F 60 90 75°F and Below 60 120 1 Normal dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing. a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rej ection of the section of slab in which the defect occurs. H. Finishing 1. Machine. a. Tolerance Limits. 1) While the concrete is stiil workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 1/16 inch-per-foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. CI'TI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 16 CONCRETE PAVING Page 16 of 21 2 4 6 7 9 10 11 12 13 14 15 16 17 4) Any surface not within the tolerance limits shall be reworked and refinished. b. Edging. 1) The edges of slabs and all joints requiring edging shall be carefully tooled with an edger of the radius required by the plans at the time the concrete begins to take its "set" and becomes non-workable. 2) All such work shall be left smooth and true to lines. 2. Hand. a. Hand finishi.ng permitted only in i.ntersections and areas inaccessible to a finishing machine. b. When the hand method of striking off and consolidating is permitted, the concrete, as soon as placed, shall be approximately leveled and then struck off with screed bar to such elevation above grade that, when consolidated and finished, the surface of the pavement shall be at the grade elevation shown on the plans_ c. A slight excess of material shall be kept in front of the cutting edge at all times. d. The straightedge and joint finishing sha11 be as prescribed herein. 18 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 2. Failure to provide proper curing as herein prescribed shall be considered as 22 sufficient cause for immediate suspension of the paving operations. 23 3. The curing method as herein specified does not preclude the use of any of the other 24 commonly used methods of curing, and the City may approve another method of 25 curing if so requested by the CONTRACTOR. 26 4. If any selected method of curing does not afford the desired results, the City shall 27 have the right to order that another method of curing be instituted. 28 5. After removal of the side forms, the sides of the slab shall receive a like coating 29 before earth is banked against them. 30 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 31 as to cover the entire surfaces thoroughly and completely with a uniform film. 32 7. The rate of application shall be such as to ensure complete coverage and shall not 33 exceed 20-square-yards-per-gallon of curing compound. 34 8. When thoroughly dry, it shall provide a continuous and fle�ble membrane, free 35 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 36 curing period. 37 38 39 40 41 42 43 44 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing Materials, the curing compound shall provide a fi1m which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following. 11. CONTRACTOR shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 72 hours. CI'TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 17 CONCRETE PAVING Page 17 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 J. Monolithic Curbs 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the plans. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving 1. Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the plans, and with the following additional provisions: a. Alley paving shall be constructed to the typical cross sections shown on the plans. b. Transverse expansion joints of the type shown on the plans shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transverse contraction and dummy joints shall be placed at the spacing shown on the plans. d. Contraction and dummy j oints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 25 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 26 provided at location indicated on the plans or as directed by the City. 27 2. The extent and location of each leaveout required and a suitable crossover 28 connection to provide for traffic movements shall be determined in the field by the 29 City. 30 3.5 REPAIIZ 31 A. Repair of concrete pavement concrete shall be consistent with paving details and as 32 specified in Section 32 O1 29. 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 SITE QUALITY CONTROL 35 36 37 38 39 40 41 A. Concrete Placement 1. Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. CI1'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 18 CONCRETE PAVING Page 18 of 21 B. Testing of Materials. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 1. Samples of a11 materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the plans. 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to determine if the material is acceptable shall be at the CONTRACTOR'S expense at the same rate charged by the commercial laboratories. 3. All testing sha11 be in accordance with applicable AST'M Standards and concrete testing technician must be ACI certified or equivalent. C. Pavement Thickness Test. 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thiclaiess test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the plans_ 3. The cost for the initial pavement thiclaiess test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the CONTRACTOR' S expense. 5. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thicl�ess Proportional Part Determined by Cores Of Coniract Price Inches Allowed 0.00 — 020 100 percent 0_21 — 030 80 percent 031— 0.40 70 percent 0.41 — 0.50 60 percent ZS 26 27 28 29 30 31 32 33 7. Any area of pavement found deficient in thiclaiess by more than 0.50 inch but not more than 0.75 inch or 1/10 of the plan thickness, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the azea of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thiclrness shown on the plans. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 19 CONCRETE PAVING Page 19 of 21 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the CONTRACTOR'S entire expense, with concrete of the thickness shown on the plans. 11. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the plans. D. Pavement Strength Test. 1 2. During the progress of the work the City shall provide trained technicians to cast test cylinders for conforming to ASTM C31, to maintain a check on the compressive strengths of the concrete being placed. After the cylinders have been cast, they shall remain on the job site and then transported, moist cured, and tested by the City in accordance with ASTM C31 and ASTM C39. 3. In each set, one of the cylinders shall be tested at 7 days, two cylinders shall be tested at 28 days, and one cylinder shall be held or tested at 56 days, if necessary. 4. If the 28 day test results indicate deficient strength, the CONTRACTOR may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100% of the min;mum specified strength, with no individual core resulting in less than 90% of design strength, to override the results of the cylinder tests. 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the CONTRACTOR. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and piacement at the CONTRACTOR'S expense as show in the following table. Percent Deficient Percent of Contract Price Allowed Greater Than 0% - Not More Than 10% 90- ercent Greater Than 10% - Not More Than 15% 80- ercent Greater Than 15% 0-percent or removed and replaced at the entire cost and ex ense of CONTRACTOR as directed by City 30 31 32 33 34 35 36 37 38 39 40 '7. The amount of penalty shall be deducted from payment due to CONTRACTOR; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other concrete work are not altered by the special provision. 9. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the plans and/or specifications. E. Cracked Concrete Acceptance Policy. 1. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 20 CONCRETE PAVING Page 20 of 21 1 2. If the recommended remedial work is routing and sealing of the cracks to protect 2 the subgrade, the Inspector shall make the determination as to whether to rout and 3 seal the cracks at the time of final inspection and acceptance or at any time prior to 4 the end of the project maintenance period. The COTTTRACTOR sha11 perform the 5 routing and sealing work as directed by the Project Inspector, at no cost to the City, 6 regardless of the cause of the cracking_ 7 3. If remedial work beyond routing and sealing is determined to be necessary, the 8 Inspector and the CONTRACTOR will attempt to agree on the cause of the 9 cracking. If agreement is reached that the cracking is due to deficient materials or 10 workmanship, the CONTRACTOR shall perform the remedial work at no cost to 11 the City. Remedial work in this case shall be limited to removing and replacing the 12 deficient work with new material and workmanship that meets the requirements of 13 the contract. 14 4. If remedial work beyond routing and sealing is determined to be necessary, and the 15 Inspector and the CONTRACTOR agree that the cause of the cracking is not 16 deficient materials or worlananship, the City may request the CONTRACTOR to 17 provide an estimate of the cost of the necessary remedial work and/or additional 18 work to address the cause of the cracking, and the CONTRACTOR will perform 19 that work at the agreed-upon price if the City elects to do so. 20 5. If remedial work is necessary, and the Inspector and the CONTRACTOR cannot 21 agree on the cause of the cracking, the City may hire an independent geotechnical 22 engineer to perform testing and analysis to determine the cause of the cracking. 23 The contractor will escrow 50% of the proposed costs of the geotechnical contract 24 with the City. The CONTRACTOR and the City shall use the services of a 25 geotechnical firm acceptable to both parties. 26 6. If the geotechnical engineer determines that the primary cause of the cracking is the 27 CONTRACTOR'S deficient material or workmanship, the remedial work will be 28 performed at the CONTRACTOR'S entire expense and the CONTRACTOR will 29 also reimburse the City for the balance of the cost of the geotechnical investigation 30 over and above the amount that has previously been escrowed. Remedial work in 31 this case shall be limited to removing and replacing the deficient work with new 32 material and worlananship that meets the requirements of the contract. 33 7. If the geotechnical engineer determines that the primary cause of the cracking is not 34 the CONTRACTOR'S deficient material or workmanship, the City will retum the 35 escrowed funds to the CONTRACTOR. The Contractor, on request, will provide 36 the City an estimate of the costs of the necessary remedial work and/or additional 37 work and will perform the work at the agreed-upon price as directed by the City. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOC[IMENTS City Project No. 01829 Revised July 8, 2013 32 13 13 - 21 CONCRETE PAVING Page 21 of 21 1 3.8 SYSTEM STA.RTUP (NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED� 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SL7IvIlVIARY OF CHANGE 10 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTTON SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 321723-i PAVEMENT MARKINGS Page 1 of 1I 1 2 3 PART 1- GENERA.I. 4 1.1 SLTMIVIARY SECTION 3217 23 PAVEMENT MARI�INGS 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot-applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot-applied, extruded (I�AE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 e. Painted markings 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers 15 B. Deviations from this City of Fort Worth Standard Specification 16 '.'`��Pavement Markings are subsidiary to the construction of all pavement types. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1— General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Pavement Markings a. Measurement 1) Measurement for this Item shall be ^��'�„�^-- f^* ^� material placed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for �*� �n.�^�'�:��,�f��-e�"D. m.+ "'�^�', ^�" installed for: a) Various Widths b) Various Types c) Various Materials d) Various Colors c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing (when required) 2. Legends a. Measurement 1\ TR F �1,' 1� 11 l. l, T ,a " t.,ll .a rj-Ti2$S}kkx�E$2(S$�z6iz�S-��em-ouax= vc-�icrciscrrn��ca���cuzica. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised December 20, 2012 321�23-2 PAVEMENT MARKINGS Page 2 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 3 4. 5 C'. b. Payment « »- a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing Raised Markers a. Measurement 11 TrTo.,�,,.�o..-,o..t �,- 41,;� T�o„-, �b,.,tl l.o .,o,- o.�..l, A.,;�o.a Ail.�.-Lo,-;,,�.t.�lto.a b. Payment « �- � a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing Work Zone Tab Markers a. Measurement b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid � �- �� *'�� • „�* -�-���'��a r� ��^'� "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers Fire Lane Markings a. Measurement � • b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the "Fire Lane Marking" instailed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing Pavement Marking Removal a. Measurement �-�4�s�r�e� . ,_ '�e-� ,e�� b. Payment CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Pmject No. 01829 Revised December 20, 2012 32 17 23 - 3 PAVEMENT MARKINGS Page 3 of 11 1 2 3 4 5 6 7 8 9 1� 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 7 � 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the ^;* ^ri^�'�;a r-';M�^� �^+ of "Remove Pvmt Marking" performed for: a) Various widths c. The price bid sha11 include: 1) Removal of Pavement Markings 2) Clean-up Raised Marker Removal a. Measurement 1\ Tdo.,�,,,-o..-.o.,+ �,. t1.;.. T+o.,� �1,..11 l..o ,,.o,. o.,,,l, D.,..o.,,e.,t T��,-Lo,-,-o„�,.,�.o.i b. Payment 1) The work performed and materials fumished in accordance with this Item shall � r^;a f -- ^* *"� „r;* r^^�'�;a ^ �^'� "Remove Raised Mazker" performed. c. The price bid sha11 include: 1) Removal of each Marker 2) Disposal of removed materials 3) Clean-up Legend Removal a. Measurement 7l Ado.,�,,,-o � r+t,;� T�o.,� �t,.,ll 1,0 ..o,- o.,..l, T o o�,a ,- .0.7 b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the foot of "Remove Legend" performed for: a) Various types b) Various applications c. The price bid shall include: 1) Removal of Pavement Markings 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. 3 Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. Manual on Uniform Tra�c Control Devices (Iv1UTCD�, 2009 Edition a. Part 3, Markings American Association of State Highway and Transportation Officials (AASHTOI a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 4. Federal I�ighway Administration (FHWA) a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 5. Texas Department of Transportation �TxDOT� a. DMS-4200, Pavement Markers (Reflectorized) b. DMS-4300, Traffic Buttons c. DMS-8220, Hot Applied Thermoplastic d. DMS-8240, Permanent Prefabricated Pavement Markings e. DMS-8241, Removable Prefabricated Pavement Markings CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised December 20, 2012 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 11 1 f. DMS-8242, Temporary Fleacible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section O1 33 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 10 1.9 QUA.LITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shail secure and maintain a location to store the material in 14 accordance with Section O1 50 00. 15 l.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WA1tRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section Ol 60 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section O1 25 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic, hot applied, spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway, the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface_ CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No_ 01829 Revised December 20, 2012 32 17 23 - 5 PAVEMENT MARKINGS Page 5 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 4) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 5) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 6) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 7) The density and quality of the material shall be uniform throughout the markings. 8) The thickness shall be uniform throughout the length and width of the markings. 9) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application. 10) The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 11) The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. a) New material shall bond itself to the old line in such a manner that no splitting or separation takes place. 12) The markings placed on the roadway sha11 be completely retroreflective both internally and externally with traffic beads and shall exhibit uniform retro-directive reflectance. 13) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surface scoring or surface scratching e) Water white in color � Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation_ M 247-09. b. Thermoplastic, hot applied, extruded 1) Product shall be especially compounded for traffic markings 2) When placed on the roadway, the maxkings shall not be slippery when wet, lift from pavement under normal weather conditions nor e�ibit a tacky exposed surface. 3) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 4) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 5) Maxkings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 6) The density and quality of the material shall be uniform throughout the markings. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised December 20, 2012 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids, and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thiclrness of the marking, as measured above the plane 6 formed by the pavement surface, shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of %2 inch from the edge. 8 10) Ma�cimum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other chemicals used to prevent roadway ice or because of the 11 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time, new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 c. � e. separation takes place. 13) The markings placed on the roadway shall be completely retroreflective both intemally and extemally with traffic beads and shall exhibit uniform retro-directive reflectance. 14) Traffic beads a) Manufactured from glass b) Spherical in shape c) Essentially free of sharp angular particles d) Essentially free of particles showing cloudiness, surFace scoring or surface scratching e) Water white in color fl Applied at a uniform rate g) Meet or exceed Specifications shown in AASHTO Standard Specification for Glass Beads Used in Pavement Markings, AASHTO Designation: M 247-09. Preformed Polymer Tape 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 3M High Performance Tape Series 3801 ES, or approved equal. Preformed Heat-Activated Thermoplastic Tape 1) Material sha11 meet or exceed the Specifications for HOT Tape Brand 0.125 mil preformed thermoplastic or approved equal. Traffic Paint 1) Materials shall meet or exceed the T�OT Specification DMS-8200. 2. Raised Markers a. Markers shall meet the requirements of the Texas Manual on Uniform Tra�c Control Devices. b. Non-reflective markers shall be Type Y(yellow body) and Type W(white body) round ceramic markers and shall meet or exceed the TxDOT Specification DMS-4300. c. The reflective markers shall be plastic, meet or exceed the TxDOT Specification DMS-4200 for high-volume retroreflective raised markers and be available in the following types: 1) Type I-C, white body, 1 face reflects white 2) Type II-A-A, yellow body, 2 faces reflect amber 3) Type II-C-R, white body, 1 face reflects white, the other red CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Pmject No. 01829 Revised December 20, 2012 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 3. Work Zone Markings a. Tabs 1) Temporary fle�cible-reflective roadway marker tabs shall meet requirements of TxDOT DMS-8242, "Temporary Flexible-Reflective Road Marker Tabs." 2) Removable markings shall not be used to simulate edge lines. 3) No segment of roadway open to traffic shall remain without permanent pavement markings for a period greater than 14 calendar days. b. Raised Markers 1) All raised pavement markers shall meet the requirements of DMS-4200. c. Striping 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 8200. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Performance 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet the requirements detailed in the table below for a minimum of 30 calendar days. Posted S �eed m h <_ 30 35 — 50 >_ 55 19 20 21 22 23 24 25 26 2-lane roads with centerline �a 100 250 mazkin s only 1) All other roads (2) n/a 50 100 (1) Measured at standard 30-m geometry in units of mcd/m /lux. (2) Exceprions: A. When raised reflecrive pavement markings (RRPMs) supplement or substitute for a longitudinal line, minimum pavement marking retroreflecrivity levels are not applicable as long as the RRPMs are maintained so that at least 3 are visible from any posirion along that line during nighttime condirions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflecrivity levels are not applicable. 27 PART 3 - EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 31 32 33 34 35 A. Pavement Conditions 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing markings and other forms of contamination. 2. New Portland cement concrete surfaces shall be cleaned su�ciently to remove the curing membrane. 3. Pavement to which material is to be applied shall be completely dry. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenu, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Pmject No. 01829 Revised December 20, 2012 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 A. General 8 1. The materials shali be applied according to the manufacturer's recommendations. 9 2. Markings and markers shall be applied within temperature limits recommended by 10 the material manufacturer, and shall be applied on clean, dry pavement having a 11 surface temperature above 50 degrees Fahrenheit_ 12 3. Markings that are not properly appiied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the 14 Contractor at the Contractor's expense. If the mistake is such that it would be 15 confusing or hazardous to motorists, it shall be remedied the same day of 16 notification. Notification will be made by phone and confirmed by faY. Other 17 mistakes shall be remedied within 5 days of written notification. 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 4. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 6. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. B. Pavement Markings 1. Thermoplastic, hot applied, spray a. This method sha11 be used to install and replace long lines — centerlines, lane lines, edge lines, turn lanes, and dots. b. Markings shall be applied at a 110 mil thiclaless. c. Markings shall be applied at a 90 mil thickness when placed over e�sting markings. d. Typical setting time sha11 be between 4 minutes and 10 minutes depending upon the roadway surface temperature and the humidity factor. e. Retroreflective raised markers shall be used to supplement the centerlines, lane lines, and tum lanes. Refer to City Standard Detail Drawings for placement. f. Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2.4.A.1 of this Specification. 37 2. Thermoplastic, hot applied, extruded 38 a. This method sha11 be used to install and replace crosswalks and stop-lines. 39 b. Markings sha11 be applied at a 125 mil thiclaiess. 40 c. Minimum retroreflectivity of marl�ngs shall meet or exceed values shown in 41 this Specification. 42 3. Preformed Polymer Tape 43 a. This method shall be used to install and replace crosswalks, stop-lines, and 44 legends. 45 b. The applied marking shall adhere to the pavement surface with no slippage or 46 lifting and have square ends, straight lines and clean edges. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised December 20, 2012 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 2 3 4 5 6 7 8 9 4 5. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. Preformed Heat-Activated Thermoplastic Tape a. This method shall be used to install and replace crosswalks, stop-lines, and legends. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have square ends, straight lines and clean edges. c. Minimum retroreflectivity of markings sha11 meet or exceed values shown in this Specification. Tra�c Paint a. This method shall be used to install Work Zone Markings, Parking Lot Markings and any other temporary marking application. b. The applied marking shall adhere to the pavement surface with no slippage or lifting and have squase ends, straight lines and clean edges. c. Minunum retroreflectivity of markings sha11 meet or exceed values shown in this Specification. 10 11 12 13 14 15 16 17 C. Raised Markers 18 1. All permanent raised pavement markers on Portland Cement roadways shall be 19 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 20 2. All permanent raised pavement markers on new asphalt roadways may be installed 21 with epoxy or bituminous adhesive. 22 3. A chalk line, chain or equivalent shall be used during layout to ensure that 23 individual markers are properly aligned. All markers shall be placed uniformly 24 along the line to achieve a smooth continuous appearance. 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 D. Work Zone Markings 1. Work shall be performed with as little disruption to traffic as possible. 2. Install longitudinal markings on pavement surfaces before opening to traffic. 3. Maintain lane alignment traffic control devices and operations until markings are installed. 4. Install maxkings in proper alignment in accordance with the Texas MUTCD and as shown on the Drawings. 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the Drawings. 6. Place markings in proper alignment with the location of the final pavement markings. �. Do not use raised pavement markers for words, symbols, shapes, or diagonal or transverse lines. 8. All markings shall be visible from a distance of 300 feet in daylight conditions and from a distance of at least 160 feet in nighttime conditions, illuminated by low- beam automobile headlight. 9. The daytime and nighttime reflected color of the markings must be distinctly white or yellow. 10. The markings must exhibit uniform retroreflective characteristics. 11. Epoxy adhesives shall not be used to work zone markings. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised December 20, 2012 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 11 1 3.4 REMOVALS 2 1. Pavement Marking and Marker Removal 3 a. The indushy's best practice shall be used to remove existing pavement 4 markings and markers. 5 b. If the roadway is being damaged during the marker removal, Work shall be 6 halted until consultation with the City. 7 c. Removals shall be done in such a matter that color and texture contrast of the 8 pavement surface will be held to a minimum. 9 d_ Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 10 % inch in depth resulting from the removal of pavement markings and markers. 11 Driveway patch asphalt emulsion may be broom applied to reseal damage to 12 asphaltic surfaces. 13 e. Dispose of markers in accordance with federal, state, and local regulations. 14 f. Use any of the following methods unless otherwise shown on the Drawings. 15 1) Surface Treatment Method 16 a) Apply surface treatment at rates shown on the Drawings or as directed. 17 Place a surface treatment a minimum of 2 feet wide to cover the 18 existing marking. 19 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 20 of 1 lane in width in areas where directional changes of traffic are 21 involved or in other areas as directed by the City. 22 2) Burn Method 23 a) Use an approved burning method. 24 b) For thermoplastic pavement markings or prefabricated pavement 25 26 27 28 29 30 31 32 33 34 35 36 37 38 3) 4) markings, heat may be applied to remove the bulk of the marking material prior to blast cleaning. c) When using heat, avoid spalling pavement surfaces. d) Sweeping or light blast cleaning may be used to remove mi.nor residue. Blasting Method a) Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water-injected abrasive blasting, or brush blasting as approved. b) Remove pavement markings on concrete surfaces by a blasting method only. Mechanical Method a) Use any mechanical method except grinding. b) Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 39 2. If a location is to be paved over, no additional compensation will be allowed for 40 marking or marker removal_ 41 3.5 REPAIl2 / RESTORATION [NOT USED] 42 3.6 RE-INSTALLATION [NOT USED] 43 3.7 FIELD QUALITY CONTROL 44 A. All lines must have clean edges, square ends, and be uniform cross-section. 45 B. The density and quality of markings shall be uniform tl�roughout their thickness. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised December 20, 2012 32 17 23-11 PAVEMENT MARKINGS Page 11 of 11 i C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting from construction 7 operations. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUMMARY OF CHANGE CTI'Y OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 - Revised December 20, 2012 323213-1 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 1 of 5 1 2 SECTION 32 32 13 CAST-IN-PLACE CONCRETE RETAINING WALLS 3 PART1- GENERAL 4 l.l SI;�PvIMARY 5 6 7 8 9 10 11 12 A. Section Includes 1. Construction of cast-in-place concrete retaining wall (4' maacimum height) of the size and shape detailed on the plans and at the location shown on the plans 2. Construction of T�OT standard cast-in-place, spread foot concrete retaining wall of the size and shape detailed on the plans and at the location shown on the plans B. Deviations from City of Fort Worth Standards '.�� Measurement: Retaining wa11 and spread footing walls: the walls measured by the linear foot of the Top of wall. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1- General Requirements 16 3. Section 03 30 00 - Cast-in-Place Concrete 17 4. Section 31 23 16 - Excavation 18 5. Section 31 23 23 - Fill 19 6. Section 31 24 00 - Embankments 20 7. Section 32 13 20 - Concrete Sidewalks, Driveways And Barrier Free Ramps 21 8. Section 33 46 00 - Subdrainage 22 23 24 25 26 27 28 29 30 D. Standard Details 1. TxDOT Standard — Spread Footing Walls a. RW 1(L) A— Low Footing Pressure, Design A Retaining Walls b. RW 1(L) B— Low Footing Pressure, Design B Retaining Walls c. RW 1(L) C— Low Footing Pressure, Design C Retaining Walls d. RW 1(I� A— High Footing Pressure, Design A Retaining Walls e. RW 1(F� B— High Footing Pressure, Design B Retaining Walls f. RW 1(I� C— High Footing Pressure, Design C Retaining Walls g. RW 2— Retaining Wall Miscellaneous Details 31 1.2 PRICE AND PAYMENT PROCEDURES 32 33 34 35 36 37 38 39 A. Measurement and Payment l. Measurement a. Concrete Retaining Wall with Sidewalk '� .. . . ., n : oa t,.. ��, o o � ,.+ „� ��, e �.,,,,� �,,,.f o „f *k �: 2) Sidewalk constructed adjacent to wall: See Section 32 13 20. b. T�OT Standard — Spread Footing Walls C1TI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City Project No. 01829 Revised July 8, 2013 32 32 13 - 2 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 2 of 5 1 , 2 �;r ,. ��, � ,.�Fi.o .,�e .,�� �„ +�,o *„ „�+�,o .,» ,a„a;,, 1111V V1IZIIVTCC{iV Vl-GII{iZi 3 4 2. Payment 5 a. Based on the work performed and all materials furnished for cast-in-place 6 concrete retaining walls of the type or special surface finish specified. 7 b. Subsidiary work and materials include: 8 1) excavation in back of retaining walls 9 2) fumishing and placing footings, leveling pads and copings. 10 3) furnishing, placing, and compacting backfill(except in embankment areas). i 1 4) furnishing and placing concrete, reinforcing steel, waterproofmg material, 12 filter material and dra.in pipe, joint material, water stop, and filter fabric 13 when required 14 5) fabricating, curing, and finishing wall including special coatings when 15 specified. 16 6) equipment, labor, tools, and incidentals. 17 1.3 REFERENCES 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Definitions 1. Permanent Wal1. Retaining wall with a design service life of 75 years. All walls are presumed to be permanent walls unless otherwise specified in the plans B. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. l. ASTM International (ASTM): a. D4491, Standard Test Methods for Water Permeability of Geotextiles by Permittivity b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles c. D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles d. D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile 2. Texas Department of Transportation (TXDOT), Standard Specifications for Construction and Maintenance of Highways and Bridges: a. 110, Excavation b. 132, Embankment c_ 400, Excavation and Backfill for Structures d. 420, Concrete Structures e. 421, Hydraulic Cement Concrete f. 423, Retaining Walls g. 440, Reinforcing Steel h. 445, Galvanizing i. 458, Waterproofing Membranes for Structures j. 556, Pipe Underdrains 3. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: a. Tex-616-J, Construction Fabrics CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised 7uly 8, 2013 32 32 13 - 3 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 1.4 ADMINISTRATIVE REQUIltEMENTS [NOT USED] 1.5 SUBMITTALS A. See Section 03 30 00. 1.6 ACTION SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. See Section 03 30 00. 1.10 DELIVERY, STORAGE, AND HANDLING A. See Section 03 30 00. l.11 SITE CONDITIONS A. Ambient Conditions: See Section 03 30 00. 1.12 WARItANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Concrete and Reinforcing Steel l. Concrete Retaining Wall with Sidewalk a. Section 03 30 00. 2. TxDOT Standard — Spread Footing Walls a. 420, Concrete Structures. b. 421, Hydraulic Cement Concrete. c. 440, Reinforcing Steel. d. 445, Galvanizing. e. 458, Waterproofing Membranes for Structures. B. Backfill l. Concrete Retaining Wall with Sidewalk a. Section 31 23 23. 2. TxDOT Standard — Spread Footing Walls a. 132, Embanlcments. C. Underdrains l. Concrete Retaining Wall with Sidewalk a. Section 33 46 00. 2. TxDOT Standard — Spread Footing Walls a. 556, Pipe Underdrains. D. Filter Fabric l. General a. Provide standard weight fabric for retaining walls and soil separation. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCtTMENTS City Project No. 01829 Revised July 8, 2013 323213-4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 b_ Provide filter fabric rated as UV-resistant when used as part of the exposed facing for a temporary wall. c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- woven geotextile fabric, and forms a mat of uniform quality. d. Fabric fibers are continuous and random throughout the fabric. e. The fabric is mildew resistant and rot-proof, and it is satisfactory for use in a wet soil and aggregate environment. 2. Physical Requirements: The fabric must conform to the requirements listed in Table 1 when tested in accordance with the test methods specified. Table 1 Filter Fabric Requirements Ph sical Pro erties Test Method Value Fabric Weight, on an ambient Tex-616-J 4 oz/yard temperature air-dried, tension free sam le Permittivity, 1/sec ASTM D4491 1.0, min Tensile Stren h, lbs ASTM D4632 100 lbs A parent O ening Size ASTM D4751 70-100 Elongation at yield, ercent ASTM D4632 20-100 Tra ezoidal Tear, lbs ASTM D4533 351bs 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECITTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION [NOT USED] 20 3.4 INSTALLATION 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 A. Construct retaining walls in accordance with details shown on the plans, on the approved working drawings, and to the pertinent requirements of the following Sections: 1. Concrete Retaining Wa11 with Sidewalk a. Section 03 30 00. b. Section 31 23 16. c. Section 31 23 23. d. Section 31 24 00. e. Section 33 46 00. 2. TxDOT Standard — Spread Footing Walls a. 110, Excavation. b. 132, Embankment. c. 400, Excavation and Backfill for Structures. d. 423, Retaining Walls e. 420, Concrete Structures. CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Pmject No. 01829 Revised July 8, 2013 32 32 13 - 5 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 5 of 5 1 f. 458, Water proofing Membranes for Structures. 2 g. 556, Pipe Underdrains. 3 3.5 REPAIl2 4 A. See Section 03 30 00. 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL 7 A. See Section 03 30 00. 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHIVIENTS [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 17 CI'TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 330130-1 SEWER AND MANHOLE TESTING Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SUIVIlVIARY SECTION 33 Ol 30 SEWER AND MANHOLE TESTING 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection (Mandrel) Test 8 1) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 �- �Fe�e- Manhole testing Payment: This item is considered subsidiary to the 19 sanitary sewer manhole complete in place. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1- General Requirements 24 3. Section 03 80 00 - Modifications to E�sting Concrete 25 4. Section 33 04 50 - Cleaning of Sewer Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 l. Pipe Testing 29 a. Measurement 30 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 31 completed in place. 32 b. Payment 33 1) The work performed and the materials furnishing in accordance with this 34 Item are subsidiary to the unit price bid per linear foot of sanitary sewer 35 main (pipe) complete in place, and no other compensation will be allowed. 36 2. Manhole Testing 37 a. Measurement 38 1) Measurement for testing manholes shall be per each vacuum test. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 33 O1 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 5 1 b. Payment 2 3 Tt�... ��,µn �.e �a � y „� �i,� .....:+ ..,� ��� . ���u :u + * � ��,a .. �� .,... t. :. ... �., ....� .... � �.i' �..�, vuum-ca..�n.—vvm"pzvc�� 4 c. The price bid shall include: 5 1) Mobilization 6 2) Plugs 7 3) Clean-up 8 1.3 REFERENCES [NOT USED] 9 1.4 ADMINISTRATIVE REQITIltEMENTS [NOT USED] 10 1.5 SUBMITTALS 11 A. Submittals shall be in accordance with Section O1 33 00. 12 B. All submittals shall be approved by the Engineer or the City prior to delivery. 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 14 1.7 CLOSEOUT SUBMITTALS 15 A. Test and Evaluation Reports 16 1. All test reports generated during testing (pass and fail) 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSIJRANCE 19 A. Certifications 20 1. Mandrel Equipment 21 a. If requested by City, provide Quality Assurance certification that the equipment 22 used has been designed and manufactured in accordance to the required 23 specifications. 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WAI2RANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 E�S:ANIINATION [NOT USED] 31 3.3 PREPARATION 32 A. Low Pressure Air Test (Pipe) 33 l. Clean the sewer main before testing, as outlined in Section 33 04 50. 34 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 330130-3 SEWER AND MANHOLE TESTING Page 3 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 B. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 91egs minimum b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a mm�er indicating the following: (1) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) fl Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. C. Vacuum test (Manhole) l. Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. P1ace test head inside the frame at the top of the manhole. 26 3.4 INSTALLATION 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Low pressure air test (Pipe) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: T = �0.0850*D*K) Q Where: T= shortest time, seconds, allowed for air pressure to drop to 1.0 psig K= 0.000419*D*L, but not less than 1.0 D= nominal pipe diameter, inches L=length of pipe being tested (by pipe size}, feet Q= 0.0015, cubic feet per minute per square foot of internal surface 5. ITNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. CITl' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 330130-4 SEWER AND MANHOLE TESTING Page 4 of 5 1 6. Stop test if no pressure loss has occurred during the first 25 percent of the 2 calculated testing time. 3 B. Deflection (maudrel) test (Pipe) 4 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 5 ensure that maximum allowable deflection is not exceeded 6 2_ Maximum percent deflection by pipe size is as follows: 7 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 8 9 C. Vacuum test (Manhole) 10 1. Draw a vacuum of 10 inches of inercury and turn off the pump. 11 2. With the valve closed, read the level vacuum level after the required test time. 12 3. Minimum time required for vacuum drop of 1 inch of inercury is as follows: 13 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 14 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective 15 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 16 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 17 seconds. 40+6(5)=70 seconds) 18 19 4. Manhole vacuum levels observed to drop greater than 1 inch of inercury will have 20 failed the test. 21 3.5 REPAIR / RESTORATION [NOT USED] 22 3.6 RE-INSTALLATION [NOT USED] 23 3.7 FIELD QUALITY CONTROL 24 A. Non-Conforming Work 25 1. Low pressure air test 26 a. Should the air test fail, find and repair leak(s) and retest_ CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCiJMENT'S City Project No. 01829 Revised July 8, 2013 330130-5 SEWER AND MANHOLE TESTING Page 5 of 5 1 2. Deflection (mandrel) test (Pipe) 2 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 3 b. Uncover overdeflected pipe. Reinstall if not damaged. 4 c. If damaged, remove and replace. 5 3. Vacuum test (Manhole) 6 a. Should the vacuum test fail, repair suspect area and retest. 7 1) External repairs required for leaks at pipe connection to manhole. 8 a) Sha11 be in accordance with Section 03 80 00. 9 2) Leaks within the manhole structure may be repaired intemally or 10 externally. 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION -- 19 � Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCtIMENT'S City Pmject No. 01829 Revised July 8, 2013 330131-1 CLOSED CIRCUTT TELEVISION (CCTV) INSPECTION Page 1 of 5 1 2 SECTION 33 Ol 31 CLOSED CIRCUTT TELEVISION (CCTV) INSPECTION 3 PART1- GENERAL 4 l.l SIINIlVIAIItY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer or storm sewer mains B. Deviations from this City of Fort Worth Standard Specification l. Contractor shall CCTV the following a. The casing and carrier force main pipe under HWY 199 b. The casing and carrier pipe under Lake Worth c. The gravity sanitary sewer. 2. Payment for this item is subsidiary to all pipeline bid items. C. Related Spec�cation Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 4. Section 33 04 50 — Cleaning of Sewer Mains 5. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 6. Section 33 31 21 — Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 7. Section 33 31 22 — Sanitary Sewer Slip Lining 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Pre-CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement deternuned from the distance recorded on the video tape log. 2. Payment « » « » 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning a Digital file CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 33 O1 31 - 2 CIASED CIRCUTT TELEVISION (CCTV) INSPECTION Page 2 of 5 1 B. Post-CCTV Inspection 2 l. Measurement 3 a. Measurement for this Item will be by the linear foot of line televised for CCTV 4 Inspection performed following repair or installation determined from the 5 distance recorded on the video tape log. 6 2. Payment 7 a_ The work performed and materials furnished in accordance with this Item and 8 measured as provided under "Measurement" will be paid for at the unit price 9 bid per linear foot for "Post-CCTV Inspection". 10 1) Contractor will not be paid for unaccepted video. 11 3. The price bid sha11 include: 12 a. Mobilization 13 b. Cleaning 14 c. Digital file 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. City of Fort Worth Water Department 21 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 22 Program (CCTV Manual). Contact Field Operations to obtain a copy of the 23 CCTV Manual. 24 1.4 ADMINISTRATIVE REQITIl2EMENTS 25 A. Coordination 26 1. Meet with City of Fort Worth Water Department staff to confirm that the 27 equipment, software, standard templates, defect codes and defect rankings are being 28 used, if required. 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section Ol 33 00. 31 B. All submittals shall be approved by the Engineer or the City prior to delivery. 32 1.6 INFORMATIONAL SUBMITTALS 33 A. Pre-CCTV submittals for sanitary sewer lines 24 inches and larger, if required 34 1. Project schedule 35 2. Listing of cleaning equipment and procedures 36 3_ Listing of flow diversion procedures 37 4. Listing of CCTV equipment 38 5. Listing of backup and standby equipment 39 6. Listing of safety precautions and traffic control measures C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 33 O1 31 - 3 CIASED CIRCUTT TELEVISION (CCTV) INSPECTION Page 3 of 5 1 1.7 CLOSEOITT SUBMITTALS 2 A. Post-CCTV submittals _ 3 l. 2 copies of CCTV video results on DVD 4 2. 2 hard copies of Inspection Report 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3.3 PREPARATION A. CCTV Equipment 1. Use equipment specifically designed and constructed for such inspection. 2. Use equipment designed to operate in 100 percent humidity conditions. 3. Use equipment with a pan (f270 degrees), tilt, and rotates (360 degrees). 4. Use camera with an accurate footage counter that displays on the monitor the distance of the camera (to the nearest 1/10 foot) from the centerline of the starting manhole. 5. Use camera with height adjustment so camera lens is always centered at 1/2 the inside diameter, or higher, in the televised pipe. 6. Provide sufficient lighting to illuminate the entire periphery of the pipe. 7. Provide color video. 8. Use the Fort Worth Water Department standardized inspection and coding program by I.T. software with pre-configured template. a. See CCTV Manual. B. Temporary Bypass Pumping — Conform to Section 33 03 10. C. Cleaning — Conform to Section 33 04 50. 3.4 INSPECTION (CCT� A. General 1. Begin inspection immediately after cleaning of the main. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 01829 Revised July 8, 2013 33 O1 31 - 4 CLASED CIItCUIT TELEVISION (CC"I� INSPECTION Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 Z. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual. 6. Pan and tilt the camera to provide additional detail at: a. Manholes b. Service connections c. Joints d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris e. Infiltration/inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than 1 DVD. 22 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 23 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before 24 rehabilitation work. 25 26 27 28 29 30 31 32 33 34 35 2. If, during inspection, the CCT'V will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 31 20, Section 33 31 21 and Section 33 31 22. C. Post-Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 04 50. D. Documentation of CCTV Inspection 1. Follow the CC'TV Manual for the inspection video, data logging and reporting. CPTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCtTMENTS City Project No. 01829 Revised July 8, 2013 33 O1 31 - 5 CLOSED CIl2CUIT TELEVISION (CCTV) INSPECTION Page 5 of 5 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION (NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADNSTING [NOT USED) 6 3.10 CLEANING 7 A. See Section 33 04 50. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACI3MENTS [NOT USED] 12 END OF SECTION 13 14 Revision Log DATE NAME SUNIMARY OF CHANGE CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 01829 Revised July 8, 2913 330430-1 TEMPORARY WATER SERVICES Page 1 of 5 1 2 3 PART 1- GENERAI. 4 l.l SIJM[MARY SECTION 33 04 30 TEMPORARY WATER SERVICES 5 A. Section Includes: 6 l. Temporary Water Service needed to maintain service during water main 7 replacement project 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Measurement 10 a. Measurement for Temporary Water Services will be measured by: 11 �}-���-e� 12 zj� .�Ae�-��}��'-a�;���r^-�:n, 13 2. Payment 14 � The work performed and materials furnished in accordance with this Item and 15 measured under "Measurement" will be r^��' ��^* *'�� „^;* „ri^�'�;a-�r 16 `�e��e�� ^�" ^�*'��'��^ ���� Considered Subsidiary to all 17 work performed in this project. 18 C. Products Installed But Not Furnished Under This Section 19 1. Fire Hydrant Meters 20 D. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1- General Requirements 24 3. Specification 32 12 16 - Asphalt Paving 25 4. Specification 33 OS 10 - Utility Trench Excavation, Embedment and Backfill 26 5. Specification 33 04 40 - Cleaning and Acceptance Testing of Water Mains 27 6. Specification 33 12 10 - Water Services 1-inch to 2-inch 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Measurement 31 a. Measurement for Temporary Water Services will be measured by: 32 1) Lump sum or 33 2) Per linear foot of Temporary Water Main for Miscellaneous Projects only 34 2. Payment 35 a. The work performed and materials fizrnished in accordance with this Item and 36 measured under "Measurement" will be paid for at the unit price bid for 37 "Temporary Water Service" of the type specified. 38 3. The price bid shall include: 39 a. Temporary water service line 40 b. Connections CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 33 04 30 - 2 TEMPORARY WATER SERVICES Page 2 of 5 1 c. Fittings 2 d. Valves 3 e. Corporation stops 4 f. Temporary asphalt for crossings 5 g. Traffic Control 6 h. Disinfection 7 i. Removal of temporary services 8 1.3 REFERENCES 9 A. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification, unless a date is specifically cited. 13 2. NSF Intemational 14 a. 61, Drinking Water System Components — Health Effects 15 3. ASTM Intemational (ASTM): 16 a. D3035, Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) 17 Based on Controlled Outside Diameter 18 1.4 ADl�ZINISTRATIVE REQITIREMENTS 19 A. Scheduling 20 1. Provide advance notice for service interruption and meet requirements of Division 21 l. 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOiJT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 26 1.9 QUALTTY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 l.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER-FURNISHED PRODUCTS 32 A. Fire Hydrant Meters CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 330430-3 TEMPORARY WATER SERVICES Page 3 of 5 1 2.2 EQUIPMENT, PRODUCT TYPE, AND MATERIALS 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 A. Description 1. Regulatory Requirements a. All Temporary Water Service components in contact with potable water shall conform to the requirements of NSF 61. B. Materials l. Service Couplings, Fittings, and Corporation Stops a. Conform to Section 33 12 10. 2. Service lines a. Polyethylene tubing b. Conform to ASTM D3035 and SDR 11 3. Temporary Water Service Main a. Galvanized steel pipe b. Conform to Schedule 40. 4. Driveway Approach a. Asphalt 1) Type B Asphalt in accordance with Section 32 12 16 C. Design Criteria 1. Service lines a. 3/-inch minimum pipe size b. Minimum flow rate of 5 GPM at a dynamic pressure of 35 psi 2. Temporary Water Service Main a. 2-inch minimum pipe size 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 28 29 30 31 32 33 34 35 3.1 INSTALLERS [NOT USED] 3.2 E�S:AMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install Temporary Water Services in accordance with provisions herein and in accordance with City Standard Details. 2. Perform disinfection test of temporary water service main and water services in accordance with Section 33 04 40. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Proje�t No. 01829 Revised July 8, 2013 33 04 30 - 4 TEMPORARY WATER SERVICES Page 4 of 5 i B. Temporary Water Service Installation 2 1. Connect to existing water supply 3 a. Fire hydrant 4 1) Connect to fire hydrant with hydrant meter and 2-inch gate valve. 5 b. If a fire hydrant is not available, tap e�sting water main. 6 1) Connect to water main with 2-inch service tap and a corporation stop in 7 accordance with Section 33 12 10. 8 2) Record water usage with a hydrant meter. 9 3) Do not tap existing water main, unless approved by the City. 10 2. Water service 11 a. Connect %-inch water service to 2-inch temporary water service main. 12 b. Remove existing meters, tag with address and provide to City Inspector. 13 c. Connect 3/-inch temporary water service to existing private service. 14 d. Cover domestic meter box with protective guard or barricade. 15 C. Intersection and Driveway Approach Crossing for Temporary Water Service 16 l. Crossing for Temporary Water Service Main 17 a. Cover temporary service line with sufficient asphalt to protect service line and 18 to provide a driveable crossing. 19 b. If required to bury temporary service line due to high volume traffic, or other 20 reasons required by the City, excavate, embed and backfill in accordance with 21 Section 33 OS 10. 22 3.5 REPAIR / RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD [ox] SITE QUALITY CONTROL 25 A. Field Tests and Inspections 26 1. Check each water service installation for leaks with full flow through the curb stop 27 at the time the main is tested in accordance with Section 33 04 40. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHIVIENTS [NOT USED] 35 END OF SECTION CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 1 2 330430-5 TEMPORARY WATER SERVICES Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CTTY OF FORT WORTH Casino Seach and Wateccress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 330522-1 STEEL CASING PIPE Page 1 of 6 1 2 3 PART1- GENERAL 4 1.1 SITIVIMARY SECTION 33 05 22 STEEL CASING PIl'E 5 A. Section Includes: 6 1. Minimum requirements for manufacturing, fiurnishing and transporting Steel Casing 7 Pipe to be installed by Open Cut or By Other than Open Cut at the locations shown 8 on the Drawings 9 B. Deviations from this City of Fort Worth Standard Specification 10 ?.— :oa� 12" steel casing pipe under the lake shall have a minimum wall thickness of 11 0.25 inches. 12 13 14 15 16 17 18 19 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 4. Section 33 OS 20 — Auger Boring 5. Section 33 OS 23 — Hand Tunneling 6. Section 33 OS 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishi.ng and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess material 7) Fumishing, placement, and compaction of embedment 8) Furnishing, placement, and compaction of backfill 9) Clean-up CTfY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 330522-2 STEEL CASING PIPE Page 2 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2. By Other than Open Cut a. Measurement 1) Measured horizontally along the surface for length of Steel Casing Pipe installed b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing/Tunnel Liner Plate, By Other than Open Cut" installed for: a) Various Sizes 2) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Casing, By Other than Open Cut" installed for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Steel Casing Pipe as specified by the Drawings 2) Mobilization 3) Launching shaft 4) Receiving shaft 5) Pavement removal 6) Excavation 7) Hauling 8) Disposal of excess material 9) Furnishing, placement, and compaction of backfill 10) Clean-up 26 1.3 REFERENCES 27 A. Reference Standards 28 29 30 31 32 33 34 35 36 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International(ASTM): a. A139, Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe (NPS Sizes 4 and Over). 3. American Water Works Association (AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - Enamel and Tape - Hot Applied. 37 1.4 ADIVIINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section Ol 33 00. 40 B. All submittals shall be approved by the Engineer or the City prior to delivery. 41 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 42 43 44 A. Product Data 1. Exterior Coating a. Material data C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCI7MENTS City Project No. 01829 Revised July 8, 2013 330522-3 STEEL CASING PIPE Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 b. Field touch-up procedures 2. Interior Coating a. Material data b. Field touch-up procedures B. Shop Drawings 1. No shop drawings required for Auger Boring 2. For Tunneling, provide the following: a. Fumish details for Steel Casing Pipe outlining the following: 1) Grout/lubrication ports 2) Joint details 3) Other miscellaneous items for furnishing and fabricating pipe b. Submit calculations in a neat, legible format that is sealed by a Licensed Professional Engineer in Texas, consistent with the information provided in the geotechnical report, and includes: 1) Calculations conf'uming that pipe jacking capacity is adequate to resist the anticipated jacking loads for each crossing with a minimum factor of safety of 2 2) Calculations confirming that pipe capacity is adequate to safely support all other anticipated loads, including earth and groundwater pressures, surcharge loads, and handling loads 3) Calculations confirming that jointing method will support all loading conditions 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURAlvCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING 27 A. Delivery, Handling, and Storage 28 1. Prior to delivery of the pipe, end/intemal bracing shall be fumished and installed, 29 as recommended by the manufacturer, for protection during shipping and storage. 30 2. Deliver, handle and store pipe in accordance with the Manufacturer's 31 recommendations to protect coating systems. 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER-FLTRNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 36 37 38 39 40 2.2 MATERIALS A. Design Criteria 1. The Contractor is fully responsible for the design of Steel Casing Pipe that meets or exceeds the design requirements of this Specification and that is specifically designed for installation by the intended trenchless method. CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 330522-4 STEEL CASING PIPE Page 4 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 2. For Steel Casing Pipe utilized for hznneling projects, consider the following: a. Design of the casing pipe shall account for all installation and service loads including: 1) Jacking loads 2) External groundwater and earth loads 3) Traffic loads 4) Practical consideration for handling, shipping and other construction operations 5) Any other live or dead loads reasonably anticipated b. Design sha11 be sealed and signed by a registered Professional Engineer licensed in the State of Texas. c. The allowable jacking capacity shall not exceed 50 percent of the minimum steel yield stress. d. Steel Casing Pipe shall have a m;n;mum wall thickness as follows: Casing Pipe Diameter Minimum Wall Thickness inches inches 14 —18 3125 (5/16) 20 — 24 375 (3/8) 26 — 32 .5 (1/2) 34 — 42 .625 (5/8) 44 — 48 .6875 (11/16) Greater than 48 Proj ect specific design 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3. Steel Casing Pipe shall be provided with inside diameter sufficient to efficiently install the required carrier pipe with casing spacers as required in Section 33 OS 24. a. Allowable casing diameters are shown on the Drawings for each crossing. 4. Furnish in lengths that are compatible with Contractor's shaft sizes and allowable work areas. 5. Random segments of pipe will not be permitted for straight nzns of casing. a. Closing piece segments, however, sha11 be acceptable. 6. When required by installation method, provide grout/lubricant ports along the pipe at intervals of 10 feet or less. a. Ports and fittings shall be attached to the pipe in a manner that will not materially affect the strength of the pipe nor interfere with installation of carrier pipe. b. Plugs for sealing the fittings shall be provided by the Contractor and shall be capable of withstanding all external and intemal pressures and loads without leaking. B. Materials 1. Provide new, smooth-wall, carbon steel pipe conforming to ASTM A139, Grade B. CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 330522-5 STEEL CASING PIPE Page 5 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2. Dimensional Tolerances a. Furnishing and installing Steel Casing Pipe with dimensional tolerances that are compatible with performance requirements and proposed installation methods that meet or exceed the specific requirements below: 1) Minimum wall thickness at any point shall be at least 8�.5 percent of the nominal wall thickness. 2) Outside circumference within 1.0 percent or 3/4 inch of the nominal circumference, whichever is less. 3) Outside diameter of the pipe shall be within 1/8 inch of the nominal outside diameter. 4) Roundness such that the difference between the major and minor outside diameters shall not exceed 0.5 percent of the specified nominal outside diameter or 1/4 inch, whichever is less. 5) Maximum allowable straightness deviation of 1/8 inch in any 10-foot length. 3. A11 steel pipe shall have square ends. a. The ends of pipe sections shall not vary by more than 1/8 inch at any point from a true plane perpendicular to the axis of the pipe and passing through the center of the pipe at the end. b. When pipe ends have to be beveled for welding, the ends shall be beveled on the outside to an angle of 35 degrees with a tolerance of � 2%2 degrees and with a width of root face 1/16 inch � 1/32 inch. 4. Steel Casing Pipe sha11 be fabricated with longitudinal weld seams. a. All girth weld seams shall be ground flush. C. Finishes 1. Provide inside and outside of Steel Casing Pipe with a coal-tar protective coating in accordance with the requirements of AWWA C203. a. Touch up after field welds shall provide coating equal to those specified above. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3 - EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 36 37 38 39 40 41 INSTALLATION A. Install Steel Casing Pipe for By Other than Open Cut in accordance with Section 33 OS 20 or Section 33 OS 23. Install Steel Casing Pipe for Open Cut in accordance with Section 33 OS 10. 1. Steel Casing Pipe connections shall be achieved by full penetration field butt welding or an integral machine press-fit connection (Permalok or equal) prior to installation of the pipe, depending on the type of carrier pipe. CI'TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFtCATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 330522-6 STEEL CASING PII'E Page 6 of 6 1 2. Allowable joint types for each crossing are shown on the Drawings. 2 3. Field butt welding a square end piece of steel pipe to a 35 degree beveled end of 3 steel pipe is acceptable. 4 4. Integral machined press-fit connections shall be insta.11ed in accordance with the 5 manufacturer's installation procedures and recommendations. 6 B. Carrier pipe shall be installed inside Steel Casing Pipe in accordance with 7 Section 33 OS 24. 8 C. Contact grouting of the annulus outside the casing pipe shall be performed in 9 accordance with Section 33 OS 23 or Section 33 OS 20. 10 3.5 REPAIR / RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 311 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 22 CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 11 1 2 SECTION 33 OS 24 INSTALLATION OF CARRIER PII'E IN CASING OR T'UNNEL LINER PLATE 3 PART1- GENERAL 4 l.l SLfMMAI[tY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 A. Section Includes: 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner plate at locations shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. Material of Carrier Pipe for waste water pipeline between 8-15" in Diameter sha11 be HDPE (PE 3408/3608) for the crossing under Lake Worth. 2. Shop Drawings Required for all pipe installations C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. Section 33 O1 30 — Sewer and Manhole Testing 19 1.2 PRICE AND PAYMENT PROCEDURES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Sewer Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Sanitary Sewer Main (Pipe) in Casing/'I'unnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Casing Spacers 5) End seals 6) Excavation 7) Hauling 8) Disposal of excess material 9) Clean-up CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICAT'ION DOCUMENTS City Pmject No. 01829 Revised July 8, 2013 330524-2 INSTALLATION OF CARRIER PII'E IN CASING OR TUNNEL LINER PLATE Page 2 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate a. Measurement 1) Measured horizontally along the surface from centerline to centerline of the beginning of the casing/liner to the end of the casing/liner Payment b. Payment 1) The work performed and materials furuished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot for "Water Carrier Pipe" complete in place for: a) Various Sizes c. The price bid shall include: 1) Furnishing and installing Water Main (Pipe) in Casing/Tunnel Liner Plate as specified by the Drawings 2) Mobilization 3) Grout 4) Joint restraint 5) Casing Spacers 6) End seals 7) Excavation 8) Hauling 9) Disposal of excess material 10) Clean-up 22 1.3 REFERENCES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Definitions 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the ground and provides a stable underground excavation for installation of the carrier pipe B. Reference Standards 1. Reference staudards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Testing and Materials (ASTM) a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (LTsing 2-in or [50 mm] Cube Specimens). c. D638, Standard Test Method for Tensile Properties of Plastics. 3. International Organization for Standardization (ISO): a. 9001, Quality Management Systems - Requirements. 4. Occupational Safety and Health Administration (OSHA) a. OSHA Regulations and Standards for Underground Construction, 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavation. 43 1.4 ADn�IINISTRATIVE REQUIltEMENTS [NOT USED] 44 1.5 SUBMITTALS 45 A. Submittals shall be in accordance with Section O1 33 00. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIF'ICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 330524-3 INSTALLATION OF CARRIER PII'E IN CASING OR TUNNEL LINER PLATE Page 3 of 11 1 B. All submittals shall be approved by the Engineer or the City prior to delivery. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 4 5 6 � 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Product Data 1. Casing IsolatorslSpacers a. Material Data 2. Grout Mix a. Material Data B_ Shop Drawings 1. Required for �4-�rand larger pipe installations 2. Submit Work Plan describing the carrier pipe installation equipment, materials and construction methods to be employed. 3. Casing Spacers/Isolators a. Detail drawings and manufacturer's information for the casing isolators/spacers that will be used. 1) Include dimension and component materials and documentation of manufacturer's ISO 9001:2000 certification. b. Alternatives to casing spacers/isolators may be allowed by the City on a case- by-case basis. c. For consideration of alternate method, submit a detailed description of inethod including details. 4. End seal or bulkhead designs and locations for casing/liners. 5. Annular Space (between casing pipe and casing/tunnel liner plate) Grouting Work Plan and Methods including: a. Grouting methods b. Details of equipment c. Grouting procedures and sequences including: 1) Inj ection methods 2) Injection pressures 3) Monitoring and recording equipment 4) Pressure gauge calibration data 5) Materials d. Grout mix details including: 1) Proportions 2) Admixtures including: a) Manufacturer's literature b) Laboratory test data verifying the strength of the proposed grout mix c) Proposed grout densities d) Viscosity e) Initial set time of grout (1) Data for these requirements shall be derived from trial batches from an approved testing laboratory. e. Submit a minimum of 3 other similar projects where the proposed grout mix design was used. f. Submit anticipated volumes of grout to be pumped for each application and reach grouted. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject No. 01829 Revised July 8, 2013 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 11 1 g. For pipe installations greater than 36-inches, without hold down jacks or a 2 restrained spacer, provide buoyant force calculations during grouting and 3 measures to prevent flotation. 4 1) Calculations sealed by a licensed Engineer in the State of Texas. 5 h. Description of inethods and devices to prevent buckling of carrier pipe during 6 grouting of annular space, if required 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS (NOT USED] 9 1.9 QUALITY ASSURANCE 10 A. Certifications 11 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 12 IS09001:2000. 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 l.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS (NOT USED] 18 2.2 MATERIALS 19 A. Manufacturers 20 1. Only the manufacturers as listed on the City's Standard Products List will be 21 considered as shown in Section O1 60 00. 22 a. The manufacturer must comply with this Specification and related Sections. 23 2. Any product that is not listed on the Standard Products List is considered a 24 substitution and shall be submitted in accordance with Section O1 25 00. 25 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 26 regularly engaged in the manufacturing of casing spacers/isolators. 27 B. Design Criteria and Materials 28 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 29 indicated in PART 3 of this Specification, incorporating all support/insulator 30 dimensions required. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Pmject No. 01829 Revised July 8, 2013 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of i l Diameter Specification inches Material Reference Water Line 8-12 DIP (Restrained) 33 11 10 DIP (Restrained) 33 11 10 16-20 AWWA C303 (Restrained) 33 11 13 DIP (Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 24 and eater AWWA C301 (Restrained) 33 11 15 Waste Water �!-�`�� . '. ^ �"^""' �� Line 8-15 PVC SDR 26 33 31 20 DIP (with Ceramic Epoxy) 33 11 10 18 and greater Fiberglass 33 31 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 l� 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 2. Grout of annular space a. For gravity sewer carrier pipe installation: 1) Fill all voids between the carrier pipe and the casing or liner with grout. 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces shall be in contact with the grout. b. For water line installation: 1) No annular space fill will be used. 3. Grout Mixes a. Low Density Cellular Grout (LDCC) 1) Annular space (between sewer carrier pipe and casing/liner) grout shall be LDCC. 2) The LDCC shall be portland cement based grout mix with the addition of a foaming agent designed for this application. 3) Develop 1 or more grout mixes designed to completely fill the annular space based on the following requirements: a) Provide adequate retardation to completely fill the annular space in 1 monolithic pour. b) Provide less than 1 percent shrinkage by volume. c) Compressive Strength (1) Minimum strength of 10 psi in 24 hours, 300 psi in 28 days d) Design grout mix with the proper density and use proper methods to prevent floating of the carrier pipe. e) Proportion grout to flow and to completely fill all voids between the carrier pipe and the casing or liner. 4. End Seals a. Provide end seals at each end of the casing or liner to contain the grout backf'ill or to close the casing/liner ends to prevent the inflow of water or soil. 1) For water piping less than 24-inch diameter, use hard rubber seals, Model PL Link Seal as manufactured by the Thunderline Corporation or approved equal. 2) For water piping 24-inch diameter and greater, use pull-on, 1/8 inch thick, synthetic rubber end seals, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. 3) For sewer piping, no end seals are required since the annular space between the cairier pipe and the casing will be grouted. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCi7MENTS City Project No. 41829 Revised July 8, 2013 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of I 1 1 b. Design end seals to withstand the anticipated soil or grouting pressure and be 2 watertight to prevent groundwater from entering the casing. 3 5. Casing Spacers/Insulators 4 a. Provide casing spacers/insulators to support the carrier pipe during installation 5 and grouting (where grout is used). 6 b. Casing Spacers/Isolators material and properties: 7 1) Shall be minimum 14 gage 8 2) For water pipe, utilize Stainless Steel. 9 3) For sewer pipe, utilize Coated Steel. 10 4) Suitable for supporting weight of carrier pipe without deformation or 11 collapse during installation 12 c. Provide restrained-style casing spacers to hold all pipes stable during grouting 13 operations and prevent floating or movement. 14 d. Provide dielectric strength sufficient to electrically isolate each component 15 from one another and from the casing. 16 e. Design risers for appropriate loads, and, as a minimum: 17 1) Provide 10 gage steel risers 18 a) Provide stainless steel bands and risers for water installations. 19 f. Band material and criteria 20 1) Provide polyvinyl chloride inner liner with: 21 a) Minimum thickness of 0.09 inches 22 b) Durometer "A" of 85-90 hardness 23 c) Minimum dielectric strength of 58,000 volts 24 g. Runner material and criteria 25 1) Provide pressure-molded glass reinforced polymer or LTHMW with: 26 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 27 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 28 steel studs. 29 3) Runner studs and nuts shall be recessed well below the wearing surface of 30 the runner 31 a) File recess with a corrosion inhibiting filler. 32 h. Riser height 33 1) Provide sufficient height with attached runner allow a minimum clearance 34 of 2 inches between the outside of carrier pipe bells or couplings and the 35 inside of the casing liner surface. 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL [NOT USED] 38 PART 3 - EXECUTION 39 3.1 INSTALLERS [NOT USED] 40 3.2 EXAMINATION [NOT USED] 41 3.3 PREPARATION [NOT USED] CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 330524-7 INSTALLATION OF CARRIER PII'E IN CASING OR TUNNEL LINER PLATE Page 7 of 11 1 3.4 INSTALLATION 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 A. General 1 2. Carrier pipe installation sha11 not begin until the following tasks have been completed: a. All required submittals have been provided, reviewed and accepted. b. All casing/liner joints are watertight and no water is entering casing or liner from any sources. c. All contact grouting is complete. d. Casing/liner alignment record drawings have been submitted and accepted by City to document deviations due to casing/liner installation. e. Site safety representative has prepared a code of safe practices and an emergency plan in accordance with applicable requirements. The carrier pipe shall be installed within the casings or liners between the lixnits indicated on the Drawings, to the specified lines and grades and utilizing methods which include due regard for safety of workers, adjacent structures and improvements, utilities and the public. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 B. Control of Line and Grade 1 2. 3. 4. Install Carrier pipe inside the steel casing within the following tolerances: a. Horizontal 1) f 2 inches from design line b. Vertical 1) �1 inch from design grade Check line and grade set up prior to beginning carrier pipe installation. Perform survey checks of line-and-grade of carrier pipe during installation operations. The Contractor is fully responsible for the accuracy of the installation and the correction of it, as required. a. Where the carrier pipe installation does not satisfy the specified tolerances, correct the installation, including if necessary, redesign of the pipe or structures at no additional cost to City. C. Installation of Carrier Pipe l. Pipe Installation a. Remove all loose soil from casing or liner. b. Grind smooth all rough welds at casing joints. 2. Installation of Casing Spacers a. Provide casing spacers, insulators or other approved devices to prevent flotation, movement or damage to the pipe during installation and grout backfill placement. b. Assemble and securely fasten casing spacers to the pipeline to be installed in casings or tunnels. c. Correctly assemble, evenly tighten and prevent damage during tightening of the insulators and pipe insertion. d. Install spacers in accordance with manufacturer's recommendations. e. Install carrier pipe so that there is no metallic contact between the carrier pipe and the casing. CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCL7MENTS City Project No. 01829 Revised July 8, 2013 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 11 1 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 2 the casing/liner in a manner that could damage the pipe or coatings. 3 1) If guide rails are allowed, place cement mortar on both sides of the rails. 4 g. Coat the casing spacer runuers with a non-corrosive/environmentally safe 5 lubricant to minimize friction when installing the carrier pipe. 6 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 7 casing. 8 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 9 firm, uniform and continuous support for the pipe. If the trench requires some 10 backfill to establish the final trench bottom grade, place the backfill material in 11 6-inch lifts and compact each layer. 12 j. After the casing or tunnel liner has been placed, pump dry and maintain dry 13 until the casing spacers and end seals are installed. 14 3. Insulator Spacing 15 a. Ma�mum distance between spacers is to be 6 feet. 16 b. For ductile-iron pipe, flanged pipe or bell and spigot pipe, install spacers within 17 1 foot on each side of the bell or flange and 1 in the center of the joint where 18 18 foot or 20 foot long joints are used. 19 c. If the casing or pipe is angled or bent, reduce the spacing. 20 d. The end spacer must be within 6 inches of the end of the casing pipe, regardless 21 of size of casing and pipe or type of spacer used. 22 e. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the 23 spigot into the bell. 24 4. After installation of the carrier pipe: 25 a. Mortar inside and outside of the joints, as applicable 26 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 27 1) If continuity exists, remedy the short, by all means necessary including 28 removing and reinstalling the carrier pipe, prior to applying cellular grout. 29 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 30 casing. 31 d. If steel pipe is used and not welded prior to installation in casing/liner, welding 32 of pipe will only be allowed after grouting of annular space is complete. 33 D. Installation of End Seals 34 1. For Water Pipes 35 a. Grout end of casing/liner a minimum of 6 inches and a m�imum of 12 inches. 36 b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 37 casing. Securely fasten with stainless steel bands. 38 2. For Sewer Pipes 39 a. Grout annular space between carrier pipe and casing as indicated in this 40 Specification. 41 E. Annular Space Grouting (For Sewer Only) 42 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 43 operation as necessary. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised Iuly 8, 2013 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 9 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 2. Mixing of Grout a. Mix material in equipment of su�cient size to provide the desired amount of grout material for each stage in a single operation. 1) The equipment shall be capable of mixing the grout at the required densities for the approved procedure and shall be capable of changing the densities as required by field conditions. 3. Backfill Annular Space with Grout a. Prior to filling of the annular space, test the carrier pipe in accordance with Section 33 Ol 30. b. Verify the maximum allowable pressure with the carrier pipe manufacturer and do not exceed this pressure. c. After the installation of the carrier pipe, the remaining space (all voids) between the casing/liner and the carrier shall be filled with LDCC grout. 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall be in contact with the grout. 2) Grout sha11 be pumped through a pipe or hose. 3) Use grout pipes, or other appropriate materials, to avoid damage to carrier pipe during grouting. 4. Injection of LDCC Grout a. Grout injection pressure shall not exceed the canier pipe manufacturer's approved recommenda.tions or 5 psi (whichever is lower). b. Pumping equipment shall be of a size sufficient to inject grout at a volume, velocity and pressure compatible with the size/volume of the annular space. c. Once grouting operations begin, grouting shall proceed uninterrupted, unless grouting procedures require multiple stages. d. Grout placements shall not be terminated until the estimated annular volume of grout has been injected. 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 6. Protect and preserve the interior surfaces of the casing from damage. 30 3.5 REPAIR / RESTORATION [NOT USED] 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD (ox] SITE QUALITY CONTROL 33 34 35 36 37 38 39 40 41 42 A. Reports and Records required for pipe installations greater than 48-inches and longer than 350 feet 1. Maintain and submit daily logs of grouting operations. a. Include: 1) Grouting locations 2) Pressures 3) Volumes 4) Grout mix pumped 5) Time of pumping 2. Note any problems or unusual observations on logs. 43 B. Grout Strength Tests 44 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 45 cylinder molds or grout cubes obtained during grouting operations. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCI7MENTS CiTy Pmject No. 01829 Revised July 8, 2013 33 05 24-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 2. City will perform field sampling during annular space grouting. a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 cubic yards of grout injected but not less than 1 set for each grouting shift. b. City will perform 24-hour and 28-day compressive strength tests per ASTM C39 (cylindrical specimens) or AST'M C109 (cube specimens). c. Remaining samples shall be tested as directed by City. C_ Safety 1. The Contractor is responsible for safety on the job site. a. Perform all Work in accordance with the current applicable regulations of the Federal, State and local agencies. b. In the event of conflict, comply with the more restrictive applicable requirement. 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving shafts/pits. a. Diesel, electrical, hydraulic and air powered equipment is acceptable, subject to applicable local, State and Federal regulations. 3. Methods of constnzction shall be such as to ensure the safety of the Work, Contractor's and other employees on site and the public. 4. Furnish and operate a temporary ventilation system in accordance with applicable safety requirements when personnel are underground. a. Perform all required air and gas monitoring. b. Ventilation system shall provide a sufficient supply of fresh air and maintain an atmosphere free of to�c or flammable gasses in a11 underground work areas. 5. Perform all Work in accordance with all current applicable regulations and safety requirements of the federal, state and local agencies. a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, Underground Construction and Subpart P, Excavations. b. In the event of conflict, comply with the more stringent requirements. 6. If personnel will enter the pipe during construction, the Contractor shall develop an emergency response plan for rescuing personnel trapped underground in a shaft excavation or pipe. a. Keep on-site all equipment required for emergency response in accordance with the agency having jurisdiction 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING [NOT USED] 37 3.11 CLOSEOUT ACTIVITIES [NOT USED] 38 39 40 41 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHIVIENTS [NOT USED] END OF SECTION CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 33OS24-11 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 11 of 11 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenu, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SITMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 SECTION 33 OS 30 LOCATION OF EXISTING UTILITIES A. Section Includes: 1. Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification ���Measurement for this item shall be subsidiary for pipeline installation bid item. 2. Payment for this item shall be subsidiary for pipeline installation. 3. Contractor shall notify the Owner and the Engineer if franchise utilities not identified in the plans are found. 4. Definition a. Exploratory Excavation: Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility along the length of the pipeline through the use of standard excavation equipment. b. Vacuum Excavation: Method used to locate existing underground utility along the length of the pipeline through the use of geophysical prospecting equipment such as vacuum excavation. 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 26 Contract 27 2. Division 1— General Requirements 28 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 29 1.2 PRICE AND PAYMENT PROCEDURES 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Exploratory Excavation of Existing Utilities a. Measurement 1l Td ��,.+L.;� Tto„�. �l,..11 l.o..o,- o��.l, o ,�f��., ..o,-F .Y„e,a .. r.,. .,w.,.. .,...,�. �....,u r.,._.,._....,� �., ; a �' F' a;.. *t, a n,-.,.�,;,, nr � a;,-o,.*oa ,^ . b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" «,;» �,., r.,;a �,. .,+ +�,o ,,,,;+ L.',a l. «�.,...t...-.,t..,t. L'.,.......,�;..,�. f,- �.,;ot�,z.. TTf;t;+;o�» .. ..:�o.�l � �t.:...�....a. c. The price bid shall include: 1) Grade survey 2) Pavement removal CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sanitary Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCi1MENTS City Project No. 01829 Revised December 20, 2012 33 OS 30 - 2 LACATION OF EXISTING UTILITIES Page 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 3) Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of E�sting Utilities a. Measurement � 1 M�� .�ar�m�nt f.:;- *i,;�,-Tto,... �i,.,» �.o re.. �.,,.i, o ,.,+;,,,, r..� a -. ------------- --- ---- ------ ------- -= r=- ----- ----_. ___�-- r---.,_4_�-......, i.ao„+;�F;o.a ;,, �t,o 71...,.t.;.,,T� � ,a;,-e,.+o,7 ,^ . b_ Payment 1 l Tl,o .� ,,,-L ,.,o,.F ,.,...o,a .,,.,a .,,.,�o.-;.,1� �,,....;�t,o.a ; .,,-,a.,,,..e '+l. tt,' T� ���eastt�-e�-�s-g�e�*��ed--tt�t�e�- "���e� " ' ��� €e�-�� t�l.�t « » c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 28 1.3 REFERENCES 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Definitions l. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication CUASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 43 1.4 ADMINISTRATIVE REQUIltEMENTS 44 45 46 A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. CTTY OF FORT WORTH � Casino Beach and Watercress Drive Water and Sanitary Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 330530-3 IACATION OF EXISTING UTILITIES Page 3 of 5 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling l. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location 1. Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WA►RRANTY [NOT USED] PART 2 - PRODUCTS [NOT USEDj 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAM[IlVATION 31 A. Verification of Conditions 32 1. Verify location of existing utilities in accordance with the General Requirements, 33 the General Notes and the Drawings. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sanitary Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised December 20, 2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 5 1 3.3 PREPARATION 2 A. Coordinate with City Survey, if applicable. 3 3.4 INSTALLATION 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 3.5 A. Exploratory Excavation 1_ Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 OS 10. B. Vacuum Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordi.nate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication CUASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 OS 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City REPAIlt / RESTORATION [NOT USED] 28 3.6 RE-INSTALLATION [NOT USED] 29 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 30 3.8 SYSTEM STARTUP [NOT USED] 31 3.9 ADJUSTING [NOT USED] 32 33 34 35 36 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHI��NTS [NOT USED] CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sanitary Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised December 20, 2012 1 2 3 330530-5 LOCATION OF EXISTING UTILITIES Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 1.2 — Added Measurement of Payment for Vacuum Excavation 12/20/2012 D. Johnson 1.3 — Added Definitions 3.4 — Added requirements for Vacuum Excavation CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sanitary Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised December 20, 2012 331112-1 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 1 of 8 1 2 SECTION 33 11 12 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE 3 PARTl- GENERAL 4 l.l SiT1VIlVIARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water, 7 wastewater and reuse applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 l. Lay schedule / drawing for all pressure pipes sealed by a Licensed Professional 10 Engineer in Texas including: 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1.2 28 29 30 31 32 33 34 35 36 37 2 Shop Drawings: Furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for a11 sizes including a. Pipe class b. Joints type c. Fittings d. Stationing e. Transitions f. Joint deflection C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1— General Requirements 3. 33 Ol 31 — Closed Circuit Television (CCT � Inspection 4. 33 04 40 — Cleaning and Acceptance Testing of Water Mains 5. 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 6. 33 OS 24 — Installation of Carrier Pipe in Casing PRICE AND PAYMENT PROCEDURES A. Measurement and Payment l. Measurement a. Measured. horizontally along the surface from center line to center line of the fitting, manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "PVC Water Pipe" installed for: 1) Various sizes 2) Various types of bac�ll CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 01829 Revised July 8, 2013 33 11 12 - 2 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 2 of 8 1 b. The work performed and materials furnished in accordance with this Item and 2 measured as provided under "Measurement" will be paid for at the unit price 3 bid per linear foot of "Sewer Force Main" instailed for: 4 1) Various sizes 5 3. The price bid shall include: 6 a. Furnishing and installing PVC Pressure Pipe with joints as specified by the 7 Drawings 8 b. Mobilization 9 c. Pavement removal 10 d. Excavation 11 e. Hauling 12 f. Disposal of excess material 13 g. Furnishing, placement and compaction of embedment 14 h. Furnishing, placement and compaction of backfill 15 i. Clay Dams 16 j. Thrust restraint, if required by Contract Documents 17 k. Gaskets 18 1. Clean-up 19 m. Cleaning 20 n. Disinfection 21 0. Testing 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. American Association of State Highway and Transportation Officials (AASHTO). 28 3. ASTM International (ASTM): 29 a. D1784, Standard Specification for Rigid Poly(Vinyl-Chloride) (PVC) 30 Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 31 b. D3139, Standard Specification for Joints for Plastic Pressure Pipes Using 32 Flexible Elastomeric Seals. 33 34 35 36 37 38 39 40 41 42 43 44 45 4. American Water Works Association (AWWA): a. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. b. C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water. a C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN through 12 IN, for Water Transmission and Distribution. d. C905, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 14 IN through 48 IN, for Water Transmission and Distribution. e. M23, PVC Pipe — Design and Installation. f. M41, Ductile-Iron Pipe and Fittings. 5. NSF Intemational(NSF): a. 61, Drinking Water System Components — Health Effects. 6. Underwriters Laboratories, Inc. (UI.,). CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOC[JMEN'T'S City Project No_ 01829 Revised July 8, 2013 33 11 12 - 3 POLYVINYL CHIARIDE (PVC) PRESSURE PII'E Page 3 of 8 1 1.4 ADMINISTRATIVE REQLTIlZEMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section Ol 33 00. 4 B. All submittals shall be approved by the Engineer or the City prior to delivery. 5 1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 6 A. Product Data 7 l. For PVC Pressure Pipe that is used for water distribution, wastewater force mains 8 or wastewater gravity mains, including: 9 a. PVC Pressure Pipe 10 b. Manufacturer 11 c. Dimension Ratio 12 d. Joint Types 13 2. Restraint, if required in Contract Documents 14 a. Retainer glands 15 b. Thrust harnesses 16 c. Any other means of restraint 1'7 3. Gaskets 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 B. Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe used in the water distribution system or for a wastewater force main for �4-� and greater diameters, including: 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in Texas including: a. Working pressure b. Surge pressure c. Deflection 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed Professional Engineer in Texas, to verify the restraint lengths shown on the Drawings. 2 T 1. .a 1 /,a F 7A ,.7, ,,.a ��ar d� � 1,7 1. T .a � i J 1 , o � _ D'.. ..1 � ��� �—�a�cs-�`y p� E.�� �� ���� e. �r.... ..;+•„ F T..;..+ .ae�1o..+;.,., C. Certificates 1. Furnish an a�davit certifying that all PVC Pressure Pipe meets the provisions of this Section, each run of pipe fumished has met Specifications, a11 inspections have been made and that ali tests have been performed in accordance with AWWA C900 or AWWA C905. CTTI' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 331112-4 POLYVINYL CHIARIDE (PVC) PRESSURE PIPE Page 4 of 8 1 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSUll2A.NCE 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 A. Qualifications l. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size, unless otherwise approved by the City. 1) Change orders, specials, and field changes may be provided by a different manufacturer upon City approval. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe fumished shall be in conformance with AWWA C900 and AWWA C905. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements l. Store and handle in accordance with the guidelines as stated in AWWA M23. 2. Secure and maintain a location to store the material in accordance with Section Ol 66 00. l.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 23 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 24 A. Manufacturers 25 1. Only the manufacturers as listed in the City's Standard Products List will be 26 considered as shown in Section O1 60 00. 27 a. The manufacturer must comply with this Specification and related Sections. 28 2. Any product that is not listed on the Standard Products List is considered a 29 substitution and shall be submitted in accordance with Section Ol 25 00. 30 31 32 33 34 35 B. Pipe l. Pipe shall be in accordance with AWWA C900 or AWWA C905. 2. PVC Pressure Pipe for potable water shall meet the requirements of NSF 61. 3. Pressure Pipe shall be approved by the UL. 4. Pipe shall have a lay length of 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 33 11 12 - 5 POLYVINYL CHIARIDE (PVC) PRESSURE PIPE Page 5 of 8 1 2 3 4 5 E Q The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a cell classification of 12454-B. Outside diasneters must be equal to those of cast iron and ductile iron pipes. As a minimum the following Dimension Ratio's apply: 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Diameter Min Pressure Class inch si 4 through 12 DR 14 16 throu h 24 DR 18 7. Pipe Markings a. Meet the minimum requirements of AWWA C900 or AWWA C905. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record 2) Nominal pipe size 3) Dimension Ratio 4) AWWA C900 or AWWA C905 5) Seal of testing agency that verified the suitability of the pipe C. Pressure and Deflection Design 1. Pipe design shall be based on trench conditions and design pressure class specified in the Drawings. Pipe shall be designed according to the methods indicated in AWWA M23 for trench construction, using the following parameters: a. Unit Weight of Fill (w) = 130 pcf b. Live Load = AASHTO HS 20 c. Trench Depth = 12 feet minimum, or as indicated in Drawings d. Maximum E' = 1,000 maac e. Deflection Lag Factor = 1.0 f. Working Pressure (PW) = 150 psi g. Surge Allowance (PS) = 100 psi minimum h. Test Pressure = 1) No less than 1.25 times the stated working pressure (187 psi minimum) of the pipeline measured at the highest elevation along the test section. 2) No less than 1.5 times the stated working pressure (225 psi minimum) at the lowest elevation of the test section. i. Maximum Calculated Deflection = 3 percent j. Restrained Joint Safety Factor (SF) = 1.5 32 2. Verify trench depths after existing utilities are located. 33 a. Accommodate vertical alignment changes required because of existing utility or 34 other conflicts by an appropriate change in pipe design depth. 35 b. In no case shali pipe be installed deeper than its design allows. 36 3. Provisions for Tluust: 37 a. Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained 38 joints when required by the Drawings. 39 b. No thrust restraint contribution shall be allowed for the restrained length of 40 pipe within the casing. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 33 11 12 - 6 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 6 of 8 i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 c. Restrained joints, where required, shall be used for a sufficient distance from each side of the bend, tee, plug, valve, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust the following shall apply: 1) Calculate valves as dead ends. 2) Design pressure shall be greater than the pressure class of the pipe or the internal�pressure (P;), whichever is greater. 3) Restrained joints shall consist of approved mechanical restrained or push- on restrained joints as listed in the City's Standard Products List as shown in Section Ol 60 00. 4) Restrained PVC pipe is not allowed for pipe greater than 12 inches. d. The Pipe Manufacturer shall verify the length of pipe with restrained joints to resist thrust in accordance with the Drawings and the following: 1) Calculate the weight of the earth (We) as the weight of the projected soil prism above the pipe, for unsaturated soil conditions. 2) Soil density = 115 pcf (malcimum value to be used), for unsat�arated soil conditions 3) In locations where ground water is encountered, reduce the soil density to its buoyant weight for the backfill below the water table. a) Reduce the coefficient of friction to 0.25. 4. Joints a. Joints sha11 be gasket, bell and spigot and push-on type conformi�g to ASTM D3139. b_ Since each pipe manufacturer has a different design for push-on j oints, gaskets shall be part of a complete pipe section and purchased as such. c. Lubricant must be non-toxic and NSF approved for potable water applications. d. Push-On Restrained Joints shall only be as approved in the Standard Products List in Section O1 60 00. 5. Detectable Markers a. Provide detectable markers in accordance with Section 33 OS 26. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECITTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAIVIINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 38 39 40 41 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe manufacturer's recommendations. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 33 11 12 - 7 POLYVINYL CHLORIDE (PVC) PRESSURE PII'E Page 7 of 8 1 2 3 4 5 6 7 8 9 10 11 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 OS 10. 4. Embed PVC Pressure Pipe in accordance with Section 33 OS 10. 5. For installation of carrier pipe within casing, see Section 33 OS 24. B. Pipe Handling l. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each j oint of pipe and rej ect or repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 12 3. At the close of each operating day: 13 a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after 14 the laying operation. 15 b. Effectively seal the open end of the pipe using a gasketed night cap. 16 C. Joint Making 17 1. Mechanical Joints 18 a. Bolt the follower ring into compression against the gasket, with the bolts 19 tightened down evenly then cross torque in accordance with AWWA C600. 20 b. Overstressing of bolts to compensate for poor installation practice will not be 21 permitted. 22 2. Push-on Joints 23 a. Install Push-On joints as defined in AWWA C900 and AWWA C905. 24 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 25 c. Place the gasket in the bell in the position prescribed by the manufacturer. 26 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 27 gasket and the outside of the spigot prior to entering the spigot into the bell. 28 e. When using a field cut plain end piece of pipe, refmish the field cut to conform 29 to AWWA C605. 30 31 32 33 34 35 36 37 38 39 3. Joint Deflection a. Deflect the pipe only when necessary to avoid obstructions, or to meet the lines and grades shown in the Drawings. b. The deflection of each joint must be in accordance with AWWA C600 Table 3. c. The maximum deflection allowed is 50 percent of that indicated in AWWA C600. d. The manufacturer's recommendation may be used with the approval of the Engineer. D. Detectable Metallic Tape Installation 1. See Section 33 OS 26. 40 3.5 REPAIR/ItESTORATION [NOT USED] 41 3.6 RE-INSTALLATION [NOT USED] CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Impmvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLJMENT'S City Project No. 01829 Revised July 8, 2013 33 11 12 - 8 POLYVINYL CHLORIDE (PVC) PRESSURE PIPE Page 8 of 8 1 3.7 FIELD [oR] SITE QUALITY CONTROL 2 A. Potable Water Mains 3 1. Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water 4 mains: 5 a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 6 main as specified in Section 33 04 40. 7 B. Wastewater Lines 8 1. Closed Circuit Television (CCT'V) Inspection 9 a. Provide a Post-CCTV Inspection in accordance with Section 33 Ol 31. 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACffiVI�NTS [NOT USED] 17 18 END OF SECTION Revision Log DATE NAME SLiNIMARY OF CHANGE 19 CiTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8,2013 333930-1 FIBERGLASS MANHOLES Page 1 of 7 1 2 3 �„ �„ . .. .. �-� 5 6 7 8 9 1� 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 n �o,.*;,.,, r.,,,�„ae�. Z. . �����11 Y ii r e e� 1 �! � �� �1_ • _ . _ . _ ,_ • ■- - -- - - -- -� 1 Y.- W � ■ Y. Y. � - - - - . . �s: .i•��sr_��.r�.� � � . . � 37 38 fi��XlSl�/_T.�i�l7�!RSSf � _ . - - - . . .. .:__. ,z : ,:.,.�� . . . �. •. � _ . . - - - . . • . • . . . C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMEN'TS City Project No. 01829 Revised July 8, 2013 333930-2 FIBERGLASS MANHOLES Page 2 of 7 • � � . „ � - • -� -- - - - L � � . . � � � . �„ � _ . "!� � �• 4 . 5 �. "—�^� 6 r,ro e e�+ 7 1\ T�f ., e e,,.t � r+l.;.. T*e,�, .,l..,ll b.o..,-a o��.l�, «��1..,,-..1..�„ TR;.iu ;i�» � 8 �� 9 �:--3� 10 11 " " 12 ��s�z�ed�e� 13 14 �.� ��.,..:,,,,� ,�,,,a� 15 E. -ri.o .,�;,.e i.;a �t,.,�i ; ,.i„ae; 16 }��� ..,,i,,,�o �,.-.,,.�,,,.o „ „�a+e ; ..i.,,.o 17 Z}-£��a� 18 � , 19 ^��n-P=P� 20 �}--�s 21 6�-�e 22 �3--Ee�e� 23 24 °��ez:�eet�e�s 25 26 " ��� 27 ,�� r,;�.,,,�„i ,.�o.,,.o� ,,.,.,*o,.;.,i 28 ' �` r'�'o"„-� 29 �. 30 _ r,re o o„+ 31 , � r,r ..��.._.�._ + � ` µaa_a ae..�t, i.o.,,,ra � � o� �t,.,ii t,o �r ,o,�_,..., �_,.* �.� �.. ...... ... �-j..y .,�-�.,_... .. - r-- 32 0 ,-ea +,. +t,o ., e�� i n n�„* 33 �-�a�e�� 34 35 " " 36 " �� • 37 u� v.,,;,,,,� c;.,o$ 38 s. rri.o o i.;a �t,.,ii ;,,,.t„�: 39 , � r,r.,r,,,.ie �.�,,,.�„ , to�o �n �L� 40 �-�� "^� 41 , 42 4j— B�e�'g�e 43 �—�s 44 b�-�e 45 �j--Ee�e� 46 4� r:,..,aa r;.,rtr 47 "��--�fl�--c�eet�e�s 48 � m �., o o.,� ,- n� CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 33 39 30 - 3 FIBERGLASS MANHOLES Page 3 of 7 1 i i ��� 2 3 � �� ��� 4 . 5 . 6 i. Td.,..t�...lo T....o 7 ��#��c� ..�.,,io «oo �;.., e�.,,,a.,,.a no+.,;��� 8 9 . 10 11 . " " 12 '�� .�^4,�= se��-a-� ;..� �,.°a ,. ..e,e �,�,.,.v ��.,,.oa ., ..a �z� ;.,,.�, .,,,a 13 ' ^ �. 14 . 15 �et-��Q�� 16 17 �. c � ,.+ a;.,,....o*e,- 18 19 . eee � e,.;�,. ,,, „�,,,te ao�;,,,, ,,,, r�...,«,;,,,.� f ,. �,;,�� ��,.no,._�,�,�_ �� ;,,,,�. 20 . 21 . 22 23 �re,.;�:,..,+;,.,., ��e�� ., a.,+o ; ,.;�,..,tt.> ,.;+oa ,' W � Y� � � � ' • ' • � � � - - ' _ �_ r • � i - - - • Y� • � � ' - � - W � • - - �� � r � � � • � � - r � � � � - � � - - � ., - �� � ► � � _ • � � - - - ' � � Y� � ■' � • - � -_ - ��� _ �� � •�_ - - - " ,' _ _ . _ _ Y. _ _ _ • _ . _ � � \ •• - - _ - " •- Y. •_ • _ � i - - _ - ' CTTl' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01829 Revised July 8, 2013 33 39 30 - 4 FIBERGLASS MANHOLES Page 4 of 7 , � '- - - •- r�, ■. . „ �. • , - � , ,u. . . � �. . _ � ��. , n_ . • � � �e �,�r _ � �� . : - - - -- - - -- • � . �t ��� ��. . • � �, . • . �e .��� 10 �. n_,.a,,,.+ r,.,+.. 11 . 12 �. 13 . 14 . 15 �. r,r„*eri.,�� � ,. ��„�.� ...,a �,,,�, ,.�,,,.� ;�.,....�;,..,�,�o � 16 0. r .,,ae ,.. ...,.,+o,.:,,i� 17 ; . �.,+o,.,,.,t ,.,,.,*;,,,. .,.,.,*on.,t� 18 �. ni,,,�� � r �,.,ar„�+.,+;,. +o�+;.,,. . • • � •�!7,T, i�i�ir.�z�7i:�riTi7i ic•� � 1 � � � � . _ . . „ . � e „ ■ • � � • �► n . . . � � � � _ •�_ . • � . . .n ! . .�� �. �. • � _ �_ � Y • . �� • . • _ � � � . . � � � , � � r � � �1�i- • . 1� �. � 1� • �L � • . /. _ � �� � �. � � ► • � �. • _ \ i ' � • _ � �1� ���. . � � � • \ I� �i . � 30 n r,r.,,,,,� ,.�,..o,.� 31 �. n,�i., +�.o .., „� ,.+,,,.o..� .,� t:�+oa ,,,, �t,o �;�>>� et.,,,,i.�ra_n..,.a,,,.+., r ;�* ,,.;» �.o 32 �;ao_ea ., �i.,...,,, ;r �e,.+;,.., n� �n nn 33 rr�.o ,� ,.�„ �* ,. ri< ,;+�, ��,; r,. ,.;�,..,�;,, ,.a ,.oi.,�oa co�tsn R. 34 � n., ,.a,,,.�+i..,* , ,.� i;�+ea � +�.e e+.,,�,a.,,.a vr„a,,,.�� T ,�+; ;aa�� z. 35 • CTT1' OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 333930-5 FIBERGLASS MANHOLES Page 5 of 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 . . . , _ ' � W � . .• . . .. . . . - � - . . .. 18 �---��c�Pt�r ,.,.,,.�e u.,�e 19 a. r,.,, �,.,�. +„ � o,.�;,,,, z�� o� n,.,. c e,.+;,.,, ��� ��n 20 . • 21 4. �e;,,� ,.,.;�,. ��oo� 22 r,.�r ...... +� eo,.+;,.� nz zn nn 23 c T ;t�,:�,. r�e.,:,.e� �. 24 �. „i.,,i� �.,,�o� �... ., �.e �,,..,;�i,oa ,t,;+�, �; r+ �,,,.� ,,,. �;f+ h„�o 25 . , . 26 �.--�;Z�'�^,':�s--���=�a�-}�aseT�^-�ees-a.}�����d . 27 ���� 28 6--C�e�� 29 r,.�� ...�., �,. ee,.*;,,., n� an nn n,.,;,.ie � c na...,;r r�r,,,.t.,,.� ,,,- n,.t;,.t� 2�_u� II. 30 . 31 32 33 34 35 36 37 38 . . . . .��u - - . . Y�� • W� . . . = �1J%Slit��R. _ C1TY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 333930-6 FIBERGLASS MANHOLES Page 6 of 7 a��. . • � • n • � . . • �. • � 3 D��� z.-���'�$� 4 . 5 . 6 . 7 . . 8 ���u�v�=-T�� 9 . 10 . . 11 �. ; 12 . 13 . 14 „a ��,.�. ,,., ., �.o �„�.�+;�„�oa 1 S �,A T1UCT A T T A TTl11U 16 �.�^�' 17 ' . "-�: ^~�� 18 _ . 19 . 20 � 2�^�. 21 '���c�s�-�aee���=ee, �,,;�i. .,,,,a „ ,.o�o ., ,.,.,a;,,,, +,. 22 co„*;,,., n� �n nn 23 ��e,�= „w,.io �,.,ri.e, ,.,,�,. �..,�o �o,.+;,.., 24 �. ce.,� , .:+�, ,,.. „� ,.+,,,.o..�� ,�.,��,o� „ ,oa �o„�.,,,� 25 . . 26 ��;��e-c-as#-���e�se-�s-;�sec�-s-t�c� „�,,,�o �,.,,.,.o� ; .,i�,.o .,,,a �„-.,,.o ;+ 27 28 ..i.,,.o...o..� .,..a .,,�,;�o ,. ,.o*o ; �o,+;,,,. 29 30 _ 31 . 32 ��ee�e,�-c���e�s��ve o.,�.,.,+ ., �.a ; �;ao „f�,.,,.,.ei „ ,. �,�,+�ri, �' 33 , . 34 . 35 �F�st�-��pe-st�rbs-��- , e,.*;,..,� .,+ �,.,..,�;,,,, „a , ,;+�, .,,.,*o,.;.,i� 36 . 37 38 .,a ,.�+�.o �.,,w 39 �. r�,,...., rt,,.io �,.,.-..oi f,-r;..o re„o�,..,+;,,,,� � i�,,.<,;,,� ,.,�,z,��,ro �f,,;ro �����h 40 . 41 �—�ea� c�r�e�ges��t�e�� 42 i7—��� c�Ft�-c�-e-�t���-. ; ,.;,.,.,,i�,-+,,,,� ,<,�,;,.�, o��a,,a� ,� 43 . CTTY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 01829 Revised July 8, 2013 333930-7 FIBERGLASS MANHOLES Page 7 of 7 1 �. D�uti� +•�,,,. . t� .,a ,.�. .,�e o»; .,i.,,,+ ��,,, r r�.. i vuc'muvuirvc. � n �� 2 , 3 �}-��e�e�-s�€ase ��-�e�g}��as�ia�i-� . , , ., e �.�..a .,,;F�. 4 �: � +„ � *o�., �. � i • �e • + •, 5 6�`LS@3�$uc-co cosc�pxvccr�Ciiic-o�c=v=�izuc��cvacr'i.ccu�u�scic. 6 ��ri�-6 , �;.,,,� F r,t,.,*o,.r;,.��P,3�-�iP�AF .P-c if. 11;,,.. % ��P� 8 . !'�....�+,-.,,.+ ;...�* r., ., �.ao � �.tl, . ,.,+e...t,.,., , ,;+1. .... ,7;�...,..�;.,.. ,.F 9 . 10 . ' , 11 . 12 ,�—�e�c�������e-�e� 13 . 14 . 15 ,,,.,. o ,�,e o,-� 16 �--�e��e-e �;,..,n +�,,.,.,,,.�., ��.o,.,.i.,�� �.,,._..e� „� ,. „i.,.. �.,.�e ,. ,ea +,. ," 17 . 18 , � eo.,i ,.,,+ oa,.o . ,;+�, ,.e 19 ' . 20 . 21 . . 22 . 23 7l T T..e .,e�l�„+ 1,ot,t.00„ .� �1..,.t.., .,., T,-.,..,;,,..�. 24 . . D ,i 1.,-, .a .i;,+ +., +o,.t;..l,* 1 25 E:�ci,�vvc-avarrS� $�AiieS-umrvac�cv-cn�'sircis�icccrcrgac�czn. 2f) ����fiSl'.-S�P�S .a t,,,,o� +t,o,-,,,��..e "� ,7 �e,.;..1 +,. 1.+..;,., tt,e � wvrnr�cmxc�vrvcacr-aaap�.cizzca-�scccnur-sv-i�v�cr�cav 2% . : . .. .. . ... .. �. . . . . .. • . �. . . � � . � � �► • . . • � � � 33 34 � .�. . .. ���r�sie� beg �� � 35 CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 333930-1 FIBERGLASS MANHOLES 1 SECTION 33 39 30 2 FIBERGLASS MANHOLES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. Glass-Fiber-Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes 7 B.Deviations from this City of Fort Worth Standard Specification 8 1. �ie. 8-foot diameter manhole will be used where called on the Plans. Page 1 of 8 1 9 2. Contractor shall submit sheeting and shoring plan for the installation of the wetwell 10 and it shall be designed by a professional engi.neer licensed in the State of Texas to 11 prevent collapse of excavation beyond the limits shown on the plans. The cost of 12 the design, implementation and maintenance of the sheeting and shoring plan is 13 subsidiary to the lift station bid items. 14 15 16 17 18 19 20 3. Contractor shall design, implement and maintain a ground water control system, at the lift station site. The contractor shall install a minimum of one (1) ground water monitoring well and a minimum of three (3) ground water control wells. The ground water levels should be maintained at least two feet below the base of the excavation for the full term of construction. The cost of design, implementation and maintenance of the ground water control is subsidiary to the lift station bid items. 21 4. Contractor shall backfill all excavated areas for the construction of the wetwell with 22 flowable fill. The costs for excavation, disposal of excavated material, flowable fill 23 are subsidiary to the lift station bid items. 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 5. The Fiberglass Wet well shall meet the following requirements 1) The manufacturing of the wet well shall comply with ASTM D-3753. 2) The wet well shall have a stiffness of 72 3) The penetrations to connect the pipes shall be performed in the manufacturer's facility or in the field and shall include complete pipe stub outs. Kor-N-Seal boot or an Insert-A-tee Type fitting or approved equal could be used. The methods of field coring and fiberglass re-enforcement shall meet the wet well manufacturer's recommendations. 4) The cutouts should be made with proper cutting tools and shall be performed when a wet well manufacturer's representative is on site. 5) Ram neck type sealant shall be used on the outside of the fiberglass wet well around the bottom in locations where fiberglass and concrete come together. 6) The top of the wet well shall have a raised fiberglass collar around the hatch opening which would completely protect the concrete top from exposure to gases inside the wet well. 7) The wet well top slab shall be designed to support the weight of the concrete reinforced slab to be installed over it. 8) The wet well shall be marked with the following information a) Manufacturer's name or trademark, b) Wet well number and date of production and testing, CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenu, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCLIMENTS City Project No. 01829 Revised July 8, 2013 ATTACHMENT 1-ADI 333930-2 FIBERGLASS MANHOLES Page 2 of 8 c) Total length and nominal diameter. 2 6. The bottom of the gravity sewer manholes shall be per standard detail shown on the 3 plans. 4 C.Related Specification Sections include, but are not necessarily limited to: 5 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the 6 Contract 7 8 9 2. Division 1— General Requirements 3. Section 03 30 00 — Cast-in-Place Concrete 4. Section 03 80 00 — Modifications to E�cisting Concrete Structures 10 5. Section 33 Ol 30 — Sewer and Manhole Testing 11 6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill 12 7. Section 33 OS 13 — Frame, Cover and Grade Rings 13 �. fieEt�e�� 2° ,�;a�t�-I�'��F�et�:4; -��s 14 9. Section 33 39 20 — Precast Concrete Manholes 15 10. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 16 1.2 PRICE AND PAYMENT PROCEDURES 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A.Measurement and Payment l. Manhole a. Measurement 1) Measurement for this Item shall be pre each "Fiberglass Manhole" installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Fiberglass Manhole" installed for: a) Various sizes b) Various types c. The price bid shall include: 1) Manhole structure complete in place 2) Excavation 3) Fumishing, placing and compaction of backfill 4) Drop pipe 5) Stubs 6) Frame 7) Cover 8) Grade rings 9) Pipe connections 10) Pavement removal 11) Hauling 12) Disposal of excess material 13) Clean-up CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenu, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 ATTACHMENT 1-ADI 33 39 30 - 3 FIBERGLASS MANHOLES Page 3 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet shall be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The wark performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per vertical foot for "Fiberglass Extra Depth Manhole" specified for: a) Various Sizes c. The price bid shall include: 1) Manhole structure complete in place 2) Excavation 3) Furnishing, placing and compaction of backfill 4) Drop pipe 5) Stubs 6) Frame 7) Cover 8) Grade rings 9) Pipe connections 10) Pavement removal 11) Hauling 12) Disposal of excess material 13) Clean-up 24 1.3 REFERENCES 25 A.Definitions 26 1. Manhole Type 27 a. Standard Manhole (See City Standard Details) 28 1) Greater than 4 feet deep up to 6 feet deep 29 b. Standard Drop Manhole (See City Standard Details) 30 1) Same as Standard Manhole with extemal drop connection (s) 31 c. Type "A" Manhole (See City Standard Details) 32 1) Manhole set on a reinforced concrete block placed around 39-inch and 33 larger sewer pipe. 34 2. Manhole Size 35 a. 4 foot diameter 36 1) Used with pipe ranging from 8-inch to 21-inch 37 b. 5 foot diameter 38 1) Used with pipe ranging from 24-inch to 36-inch 39 c. See specific manhole design on Drawings for pipes larger than 36-inch. 40 41 42 43 44 45 46 47 48 B.Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. ASTM A307 — Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. b. ASTM A615 — Standazd Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvemenu, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 A"TTACHMENT 1-ADl 33 39 30 - 4 FIBERGLASS MANHOLES Page 4 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 1.4 ADMINISTRATIVE REQITIItEMENTS [NOT USED] 26 1.5 SUBMITTALS 27 A.Submittals shall be in accordance with Section O1 33 00. c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe_ d. ASTM C270 — Standard Specification for Mortar for Unit Masonry. e. ASTM C478 — Standard Specification for Precast Reinforced Concrete Manhole Sections. f. ASTM C923 — Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. g. ASTM C 1107 — Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Non-Shrink). h. ASTM C1244 — Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test Prior to Backfill. i. ASTM C1628 - Standard Specification for Joints for Concrete Gravity Flow Sewer Pipe, Using Rubber Gaskets. j. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN- m/m3))- k. ASTM D2996 — Standard Specification for Filament-Wound Fiberglass (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe. 1. ASTM D2997 — Standard Specification for Centrifugally-Cast Fiberglass (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe. m. ASTM D3753 — Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells. n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete. o. ASTM D4259 — Standard Practice for Abrading Concrete. 28 B.AII submittals shall be approved by the Engineer or the City prior to delivery. 29 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS 30 31 32 33 34 35 36 37 38 A.Product Data 1. 2. 3. Design and fabrication details of Fiberglass Manhole components Installation instructions for Fiberglass Manholes Drop connection materials 4. Pipe connections at manhole walls 5. Materials for stubs and stub plugs, if applicable 6. Grade ring materials 7. Extemal coating materials 8. Plugs for hydrostatic testing CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase I STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 01829 Revised July 8, 2013 ATTACHMENT 1-ADl 333930-5 FIBERGLASS MANHOLES Page 5 of 8 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY 7 A.Manufacturer Warranty 8 1. Manufacturer's Warranty shall be in accordance with Division 1. 9 PART2- PRODUCTS 10 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED] 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A.Manufacturers 1. 2. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. B. Materials 1. Fiberglass Manholes a. Provide Prefabricated Fiberglass Manholes conforming in shape, size, dimensions and details shown in the Drawings. b. Unless modified in the Drawings, use manhole sections conforming to ASTM D3753. c. Mark date of manufacture and name or trademark of manufacturer in 1 inch tall stenciled letters on the inside of the barrel. d. Unless larger size is required, provide 48-inch diameter barrel. e. Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. f. Provide fabricated reducer bonded at factory to form 1 continuous unit at top of manhole ban-el to accept concrete grade rings and cast iron frame and cover. 1) Reducer design sha11 be of sufficient strength to safely support HS-20 loading in accordance with AASHTO. 2. Concrete for Utility Construction a. Conform to Section 03 30 00. 3. Concrete Manhole Base a. Conform to �'��';�~ �� Z° , n�-' Section 33 39 20. b. Form base so that joint with fiberglass manhole barrel is sealed against leakage. 4. Reinforcing Steel a. Conform to Section 03 30 00. 5. Lifting Devices a. Manhole bases may be fumished with lift lugs or lift holes. b. If lift lugs are provided, place 180 degrees apart. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOClJMENTS City Project No. 01829 Revised July 8, 2013 ATTACHMENT 1-ADl 33 39 30 - 6 FIBERGLASS MANHOLES Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 c. If lift holes are provided, place 180 degrees apart and grout during manhole installation. 6. Grout a. Conform to Section 03 80 00 Article 2.5 Repair Mortars or Article 2.6 Pipe Penetrations Sealants. 7. Frame and Cover a. Conform to Section 33 OS 13. 8. Grade Rings a. Conform to Section 33 OS 13 and ASTM C 478. 9. Pipe Connections a. Conform to ASTM C923 or ASTM C1628. 10. Interior Coating or Liner for concrete manhole bench and invert a. Conform to Section 33 39 60. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION 19 A.Evaluation and Assessment 20 1. Verify lines and grades are in accordance to the Drawings. 21 3.3 PREPARATION 22 A.Foundation Preparation 23 1. Excavate 8 inches below manhole foundation. 24 2. Replace excavated soil with course aggregate; creating a stable base for the 25 manhole to be constructed on. 26 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 27 mud slab may be substituted. 28 3.4 INSTALLATION 29 30 31 32 33 34 35 36 37 38 A.General 1. Manhole a. Construct manhole to dimensions shown on Drawings. b. Construct manhole base section in accordance with c��*;�-� 22 2° , n�-� Section 33 39 20. 1) For a cast-in-place base place, finish and cure concrete according to Section 03 30 00_ c. Lower manhole barrel onto base section. d. Seal with manufacturer's gasket or approved sealant. e. Wrap joint with extemal sealing material a minimum of 12 inches in width. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 01829 Revised July 8, 2013 ATTACHMENT 1-AD1 33 39 30 - 7 FIBERGLASS MANHOLES Page 7 of 8 1 f. Where cast-in-place base is used, support manhole barrel in place and brace it 2 from sides of excavation to prevent any movement of barrel during concrete 3 placement and while concrete is setting. 4 1) Provide minimum clearance between reinforcing steel and manhole barrel 5 bottom as shown on Drawings. 6 2) Do not support manhole barrel on reinforcing steel. 7 3) Place bead of water swelling sealant around inside of barrel near bottom, as 8 shown on Drawings, to form seal. 9 2. Pipe connections at Manhole 10 a. Construct pipe stubs for future connections at locations and with materials 11 indicated on Drawings. 12 1) Install stub plugs at interior of manhole and wood or plastic bulkhead at the 13 end of the stub. 14 b. Cut manhole barrel for pipe penetrations following curvature of pipe and with 15 maximum of 1-inch clearance. 16 1) Seal cut edges with resin. 17 2) Hole may be circular or cutout with semi-circular top, which extends to 18 bottom of barrel. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 c. Place continuous bead of water swelling sealant, as shown on Drawings, around pipe penetrations on interior of manhole barrel. 1) Roughen surface of fiberglass prior to placement to improve bond with sealant. 2) Allow sealant to completely cure before placing concrete against it. 3) Test connections for watertight seal before bac�lling. 3. Invert a. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe-manhole connections. b. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. 1) Provide curves for side inlets. 4. Drop Manhole Connection a. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. b. At drop pipe connections through fiberglass barrel, cut circular hole sized to requirements of manufactured connector. 1) Seal cut edge with resin. 2) Install watertight connector according to manufacturer's recommendations. 38 5. Final Rim Elevation 39 a. Install concrete grade rings for height adjustment. 40 1) Construct grade ring on load bearing shoulder of manhole. 41 2) Use sealant between rings as shown on Drawings. 42 b. Set frame on top of manhole or grade rings using continuous water sealant. 43 c. Remove debris, stones and dirt to ensure a watertight seal. 44 d. Do not use steel shims, wood, stones or other unspecified material to obtain the 45 fmal surface elevation of the manhole frame. CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS Ciry Project No. 01829 Revised July 8, 2013 ATTACHMENT 1-AD1 333930-8 FIBERGLASS MANHOLES Page 8 of 8 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL 4 A.Field Tests and Inspections 5 1. Perform testing in accordance with Section 33 O1 30. 6 END OF SECTION fll Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01829 Revised July 8, 2013 ATTACHMENT I-AD1 0318-047-01 SECTION 02326 PIPE JACKING, BORING, OR TUNNELING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Cont�act, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section provides for pipe installation by jacking, boring, directional boring or drilling, or by tunneling. 1.3 REFERENCES AND DEFINITIONS A. References: 1. ASTM International (ASTM): a. A 36 Specification for Carbon Structural Steel b. A 139 Specification for Electric-Fusion (Arc)-Welded Steel Pipe (NPS 4 and Over) c. A 307 Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength d. A 449 Specification for Hex Cap Screws, Bolts, and Studs, Steel, Heat Treated, 120/105/90 ksi Minimum Tensile Strength, General Use e. A 760 Specification for Corrugate Steel Pipe, Metallic-Coated for Sewers and Drains f. C 76 Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe g. C 150 Specification for Portland Cement h. C 869 Specification for Foaming Agents Used in Making PerFormed Foam for Cellular Concrete 2. American Water Works Association (AWWA): a. C900 Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 In. through 12 In. for Water Distribution B. Definitions: 1. Auger Boring: A technique for forming a bore from a drive pit to a reception pit, by means of a rotating cutting head. Spoil is removed back to the drive pit by helically wound auger flights rotating in a steel casing pipe. 2. Bentonite: Colloidal clay sold under various trade names that form slick slurry or gel when water is added. Also know as driller mud. 3. Carrier Pipe: The tube that carries the product being transported and which may go through casings at highways and railroad crossing. It may be made of steel, concrete, clay, plastic, ductile iron, or other materials. 4. Casing: A pipe used to line bore holes through which a pipe(s) called carrier pipes or ducts are installed. 5. Directional Drilling: A steerable system for the installation of pipes, conduits and cables in a shallow arc using a surface launched drilling rig. 6. Dry Bore: Any drilling or rod pushing system not employing drilling fluid in the process. 7. Pipe Jacking: A system of directly installing pipes behind a shield machine by hydraulic jacking from a drive shaft such that the pipes form a continuous string in the ground. 8. Trenchless Technology: Techniques for utility line installation, replacement, rehabilitation, renovation, repair, inspection, location and leak detection, with minimum excavation from the ground surface. 9. Tunneling: A construction method of excavating an opening beneath the ground without continuous disturbance of the ground surface and of large enough diameter to allow individuals access and erection of a ground suppo�t system at the location of material excavation. JULY 2013 02326 - Page 1 of 7 PIPE JACKING, BORING, OR TUNNELING F:lprojects\03�8\047-04\Specs\Final Specs\02326 Pipe Jacking, Boring and Tunneling.doac 0318-047-01 1.4 PERFORMANCE REQUIREMENTS A. General Performance: 1. Carrier Pipe: �ateral or vertical variation in pipe's final position from the established Drawing line and grade shall not exceed 1-inch per 10-feet, provided such variation shall be regular, only in one direction, and the final grade of the flow line shall be in the direction indicated on the Drawings. 2. Structural Performance: Specified casing pipe thickness based upon the superimposed loads and not upon loads, which may be placed on the pipe resulting from jacking operations. Provide increase strength required to withstand jacking loads. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and manufacture instructions for casing pipe, carrier pipe, spacers, liner plates, and associated components as applicable. B. Shop Drawings: For bulkheads, access manholes, overall assembly, and related work as applicable. Include plans, elevations, sections, details, and attachments to other work. C. Design Mixes: Concrete, grout, and flowable fill as applicable. D. Qualification Data: For qualified Installer. E. Welding certificates. F. Material Certificates: For each type of carrier pipe, casing pipe and grout material, from manufacturer. G. Minutes of preinstallation conference. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and approved by manufacturer. B. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code — Steel. C. Preinstallation Conference: Conduct conference at Project site. 1.7 PROJECT CONDITIONS A. Construction Method: Unless otherwise specifically designated, CONTRACTOR may select jacking, boring, tunneling, or trenchless construction method to be employed. Gravity sewer lines shall be maintained at a uniform grade throughout trenchless construction. B. Permit: 1. The OWNER shall be responsible to provide the documentation to the appropriate jurisdiction and obtain the required permits for designated jacking, boring, and tunneling operations shown on the Drawings. 2. For those areas where CONTRACTOR proposed to use jacking, boring, tunneling, or trenchless excavation operations in lieu of open cut, it shall be the responsibility of the CONTRACTOR to prepare documentation, obtain approval and required permits. C. Operation Restrictions: Conduct operations so as not to interfere with, interrupt, or endanger surface and activity thereon. 1. Minimize subsidence of surface, structures, and utilities above and in vicinity of operations. 2. Support ground continuously to prevent loss of ground and keep perimeters stable_ 3. Be responsible for settlement resulting from operations. 4. Repair and restore damaged property to its condition before being disturbed at no cost to the OWNER. 5. Provide 48-hour notice prior to commencement of any jacking, boring, tunneling, or trenchless operations. JULY 2013 02326 - Page 2 of 7 PIPE JACKING, BORING, OR TUNNELING F:�projects10318\047-04\Specs\Final Specs\02326 Pipe Jacking, Boring and Tunneling.doac 0318-047-01 D. Compliance: Comply with applicabie ordinances, codes, statutes, rules, and regulations of the jurisdictional agency, the affected Railroad, TxDOT, and municipal, state and federal governmental agencies. E. Additional Criteria for Work Railroad Property: 1. Do not schedule work until submittals and insurance approval received from Railroad and ENGINEER and permit, if applicable, has been obtained. 2. Provide any additional insurance required by the Railroad or other jurisdiction agency. 3. Comply with AREMA and other Railroad requirements prior to commencing Work. 4. Obtain required Railroad safety training for operators performing Work within Railroad right-of-way, the required flagman, and work authorization from the Railroad. All costs associated with these activities shall be the CONTRACTOR'S responsibility. 5. Place safety, precautionary, and protective devices and senrices required before Work proceeds. F_ Safety Requirements: 1. Provide flagman, barricades, lights, warning signs, ventilation, air quality monitoring, and other safety devices and equipment required to ensure the safety of personnel entering area, especially tunneling operations, safeguard traffic and pedisterians. 2. Establish procedure to logging personnel working within the bore or tunnel shaft, if applicable. 3. Compliance with requirements of these specifications. 4. Compliance with OSHA 29CFR 1926, and applicable criteria of ANSI A10.16-1995 (R2001) "Safety Requirements forTunnels, Shafts, and Caissons." PART 2 - PRODUCTS 2.1 MATERIALS A. General: 1. Material of construction of casing pipe shall be as designated on the Drawings or as required by the jurisdictional agency for type of service. 2. Material of construction for the car�ier pipe shall be as designated on the Drawings. 3. Carrier pipe shall be placed inside a casing pipe where foundation conditions (presence of boulders, rubble, or rock) make the direct trenchless installation of the carrier pipe impractical. A casing pipe may also be used if the carrier pipe or conduit is not by itself suitable for trenchless installation. B. Casing Pipe: 1. Steel Pipe: a. Smooth walled steel pipe conforming to ASTM A 139, Grade B; 35,000 psi minimum yield strength. b. Minimum inside diameter shall be at least 2-pipe sizes larger than maximum outside diameter of carrier pipe, including bells or joints. c. Minimum wall thickness shall be1/2-inch for 48-inch diameter and smaller, and 5/8-inch for 66-inch and smaller, but larger than 48-inch. d. Joints: Interlocking type, or butt-welded, lap welded, or welded using butt straps in the field. Each end of the casing for butt-welding shall be prepared by providing a 1/4-inch by 45-degree chamfer on the outside edges. e. Coating: None. C. Carrier Pipe: 1. Material of construction shatl be as shown on the drawings and shall have restrained joints. - 2. Carrier pipe shall be the same nominal diameter as the system pipe on either side of the carrier pipe. D. Casing Spacers: 1. Factory manufactured casing spacers shall be installed on all carrier pipes passing through a casing pipe. Wooden skids will not be allowed as an alternative. JULY 2013 02326 - Page 3 of 7 PIPE JACKING, BORING, OR TUNNELING F:\projectsl03'18\047-04\Specs�Final Specs\02326 Pipe Jacking, Boring and Tunneli�g.doac 0318-047-01 2. Bolt-on style with a shell made of at least two halves, having band material manufactured of minimum 14 gauge hot rolled pickled steel or T-304 stainless steel, and 10 gauge risers. 3. Steel Band and risers shall have a copolymer-based thermoplastic coating finish, 10- 15 mil thickness. 4. Spacer 8-inch wide carrier pipe size 24-inch and smaller, 12-inch wide 26-inch and larger. 5. Hardware; T-304 for stainless bands, or electro-plated for steel bands. 6. Liner, EDPM, 0.090-inch thicken, hardness Durometer "A° 85-90, Dielectric strength 60,000 VPM, and water adsorption of 1% maximum. 7. Runners, 1-inch or 2-inch wide, glass filled polymer plastic. 8. Available Manufacturers: - a. Advance Products 8� Systems, Inc. b. Cascade Waterworks Mfg. c. Pipeline Seal & Insulator Inc. E. Casing End Seals: 1. Manufactured of 1/8-inch thick neoprene rubber, attached using 1/2-inch wide T304 stainless steel bandings 100% non-magnetic worm gear mechanism. 2. Configuration may be pull-on end molded, wrap around with self-curing mastic sealing strips, or zipper configuration. 3. Available Manufacturers: a. Advance Products 8� Systems, Inc. b. Cascade Waterworks Mfg. c. Pipeline Seal & Insulator Inc. F. Grout: 1_ Consist of one part Portland cement, ASTM C150, Type I or II, three parts sand, and minimum amount of water to obtain desired consistency. 2. Sand shall consist of clean, hard, durable, uncoated grains, free from lumps and organic material. All particles shall pass a No. 8 sieve and the material shall have a plasticity index of 12 or less. 3. Compressive strength of 100 psi at 28-days. G. Flowable Fill: 1_ Ready mixed flowable fill is a blend of cement, fly ash, fine aggregate, and water_ It is designed as a low strength, flowable material requiring no subsequent vibration or tamping to achieve 100% consolidation. 2_ Unless indicted otherwise, select and proportion ingredients to obtain compressive strength between 50 and 150 psi at 28 days in accordance with ASTM D4832. 3. Materials: a. Cement: ASTM C150, Type I, II, or III. b. Aggregate: ASTM C33, Size 8 or fine aggregate. c. Fly Ash (if used): ASTM C618, Class C. d. Water: Clean, potable, free of odor, organics, and deleterious materials. 4. The flowable fill mixture shall be mixed either in a pug mill, concrete mixer, or transit mixer and shall a minimum slump of five (5) inches. H. Cellular Concrete Backfill: 1. Concrete: ASTM C150, Type II. 2. Foaming agents conform to ASTM C 869. 3. Water: Clean, free of organic and other impurities. 4. Minimum 7 and 28 day compressive strength of 300 and 500 psi. Annular Sand Backfill_ Sand for the annular space shall be clean and 100% shall pass a Standard no. 30 sieve. J. Miscellaneous Items: 1. Surface Settlement Markers: a. Wthin bituminous pavement areas: "p.k." nails. b. Within nonpaved areas: Wooden nails. c. Within concrete surfaces: Paint. JULY 2013 02326 - Page 4 of 7 PIPE JACKING, BORING, OR TUNNELING F:\projects\03�8\047-04\SpecslFinal Specs\02326 Pipe Jacking, Boring and Tunneling.doac 031 &047-01 2. Grout Connections: Provide two inch grout connection regularly spaced at 5-foot centers, alternating at 30 degrees from plumb each side of the vertical centerline. 3. Bulkheads and Access Manholes: Requirements shall be as shown on the Drawings. PART 3 - EXECUTION 3.1 GENERAL A. Unless soil borings in the immediate vicinity of the work area are available, CONTRACTOR shall investigate the existing soils and subsurface conditions so the appropriate equipment is provided to counter conditions, which can cause delay such as groundwater, running sand, boulders, or other subsurface conditions. 32 CONSTRUCTION BY JACKING A. Construct suitable pits or trenches at the jacking and receiving end to a depth no greater than required for placing of the guide and jacking timbers and a horizontal distance no nea�er the roadbed than minimum distance shown on the Drawings. Excavation work shall comply with the requirements of Specification 31 23 16. B. All open pits and trenches shall braced and shored or their walls sloped preventing caving or sliding of the walls into the open pit or trench complying with requirements of these specifications. C. Place pipe on guides for supporting pipe to be jacked and to direct it for proper alignment and grade. Embankment material shall be excavated just ahead of the pipe, removed through the pipe, and the pipe forced through the opening provided. D. Excavation for the underside of the pipe, for at least one-third (113) of the pipe circumference, shall conform to the contour and grade of the pipe. Excavation for the top half of the pipe shall conform closely to the outside diameter and a clearance greater than 2 inches shall not be permitted. Preferably pipe shall be jacked from the low or downstream end. E. All voids between the pipe and the earth shall be filled with grout. Provide grout holes in the pipe. The grouting shall follow immediately upon completion of the jacking operation. Prepare bottom of pits as pipeline foundations in accordance with Specification 33 05 10. Backfill pits and trenches as soon as practical following completion of jacking operations and installation of carrier pipe(s). F. Any pipe that cannot be repaired to its original condition or is damaged during jacking operations shall be removed and replaced at CONTRACTOR'S expense. 3.3 CONSTRUCTION BY BORING A. Construct suitable pits or trenches at the boring and receiving end to a depth no greater than required for placing of the guide and jacking timbers and a horizontal distance no nearer the roadbed than minimum distance shown on the Drawings. Excavation work shall comply with the requirements of these specifications. B. All open pits and trenches shall braced and shored or their walls sloped preventing caving or sliding of the walls into the open pit or trench complying with requirements of these specifications. C. The hole shall be bored mechanically with a suitable boring assemble designed to produce a smooth, straight shaft and so operated that the completed shaft shall be at the established line and grade. The boring shall be accomplished using either a pilot hole method or a dry hole method. 1. Pilot Hole Method: Bore approximately a 2-inch pilot hole the entire length of the crossing and confirm line and grade. The pilot hole shall serve as the centerline for the larger diameter hole to be bored. 2. Dry Hole Method: Advance casing pipe as augers through the casing pipe remove the soil. Bentonite may be used as a lubricant. JULY 2013 02326 - Page 5 of 7 PIPE JACKING, BORING, OR TUNNELING F:�projects\0318\047-04\Specs\Final Specs\02326 Pipe Jacking, Boring and Tunneling.doac 0318-047-01 D. All voids between the pipe and the earth shall be filled with grout. Provide grout holes in the pipe. The grouting shall follow immediately upon completion of the jacking operation. Prepare bottom of pits and pipeline foundations in accordance with the requirements of these specifications. xcavation, Trenching, and Backfilling for Utilities." Backfill pits and trenches as soon as practical following completion of jacking operations and installation of carrier pipe(s). E. Any pipe that cannot be repaired to its original condition or is damaged during boring operations shall be removed and replaced at CONTRACTOR'S expense. 3.4 CARRIER PIPE INSTALLATION A. Installation: 1. Install carrier pipe to establish lines and grades. 2. Carrier pipe joints within the casing pipe shall be of the restrained type in accordance with applicable pipe specifications. If applicable, exterior and interior joints of the carrier pipe shall be mortar coated and lined in the field as installation progresses. 3. For cast iron or ductile iron, encase pipe in polyethylene in accordance with applicable pipe section. 4. Install casing spacers by placing at each end of the casino pipe and at 6 to 8 feet intervals, and in accordance with manufacturer instructions. There shall be at least two spacers installed on each pipe section. 5. Seal ends of casing and carrier pipe using neoprene casing end seals and stainless steel bands. If overlap seal is employed, bond together the overlapping surfaces with permanent sealing adhesive. B. Testing: Hydrostatic testing of the carrier pipe shall be completed prior to the filling of the annular space between the casing and carrier pipe. Testing shall be accomplished in accordance with the applicable pipe section. C. Backfilling Annular Space between Carrier Pipe and Casing Pipe: Backfill annular space using annular sand, cellular concrete or flowable fill. D. Supports: Carrier pipe shall be supported to the quarter point by a concrete cradle across the boring or jacking pit to the first joint in the ditch section at each end. E. Additional Pipes or Conduits: Where more than one pipe or conduit, such as irrigation or communication/electrical cables or conduits, in addition to the primary carrier pipe, is shown inside the casing, they shall be bundled and attached to special multiple pipe cluster type spacers as a unit in the quadrant shown on the Drawings. 3_5 CONSTRUTION BY GUIDED BORING OR DIRECTIONAL DRILLING A. Guided boring or directional drilling shall be accomplished according to the standards in "Trenchless Technology Guidelines" published by International Society of Trenchless Technology. 3.6 CONSTRUCTION BY TUNNE�ING A. The tunnel shall be excavated in such a manner and to dimensions necessary to permit placement of supports for excavation. Adequate provisions shall be made for the safety, health, and protection of workers. All equipment operated in tunnel shall be powered by air or electricity. No equipment shall be permitted in tunnel powered by petroleum-based fuel_ B. Tunnel dimensions shown on Drawings are minimum dimensions. Any excess excavation and subsequent backfill, concrete or grout fill shall be at the expense of the CONTRACTOR. C. Provide lighting and ventilation, quick removal of gasses and dust form operations, and means for removal of spoils from the excavations. D. Provide suitable steel or timber sheeting, shoring and bracing in accordance with these specifications and with approval of ENGINEER, supports may be left in place, provided they clear the encasement or carrier pipe. No separate payment shall be made for supports left in place. JUI.Y 2013 02326 - Page 6 of 7 PIPE JACKING, BORING, OR TUNNELING F:�projects\03'18\047-04\Specs�Final Specs102326 Pipe Jacking, Boring and Tunneling.docx 0318-047-01 E. If the tunnel is to be lined with concrete as a monolithic structure, then the overbreak, if any or voids shall be poured with 4,000 psi concrete. F. Install carrier pipe in tunnel to established line and grade. As specified, fill the void space between the carrier pipe and tunnel walls or inside face of tunnel lining with annular sand, cellular concrete or flowable fill. 3.7 FIELD QUALITY CONTROL A. Grade and Alignment. Provide field survey data confirming grade and alignment conforms to values shown on the Drawings and within limits of specified in this Section. B. Provide test data for materials used in installing casing and carrier pipe, such as grout, concrete, flowable fill, cellular concrete fill, and sand used to fill annular space between carrier pipe and casing. C. Provide settlement measurements. During construction, make observations of settlement markers at regular intervals of roadway and railroad tracks. Record and provide information. END OF SECTION JU�Y 2013 02326 - Page 7 of 7 PIPE JACKING, BORING, OR TUNNELING F:�projects\0318\047-041Specs\Final Specs\02326 Pipe Jacking, Boring and Tuoneling.doac 0318-047-01 SECTION 11075 PUMP, SUBMERSIBLE CENTRIFUGAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Submersible pumping units. 2. Discharge base elbow, guide rails, brackets, lifting cable, anchors bolts, and accessories. 3. Control and power cables, cable holder and accessories. 4. Control module. 5. Installation, startup, testing, and placing in service assistance. 1.3 REFERENCES A. References: Following is a list of standards, which might be referenced in this Section: 1. American Bearing Manufacturer's Association (ABMA): a. 9- Load Ratings and Fatigue Life for Ball Bearings. b. 11 — Load Ratings and Fatigue Life for Roller Bearings. 2. ASTM International (ASTM): a. A48 —Specification for Gray Iron Castings. b. A572 — Spec�cation for High-Strength Low-Alloy Columbium-Vanadium Structural Steel. 3. National Electrical Manufacturer's Association (NEMA): MG-1, Motors and Generators. 4. National Fire Protection Association (NFPA): NFPA 70, National Electric Code. 5. National Science Foundation (NSF): NSF 61, Drinking Water Components — Health Effects. 1.4 SYSTEM DESCRIPTION A. Design Requirements: 1. All equipment including control module and drive motor specified herein shall be specifically designed for this service and the environment encountered in this installation. 2. Equipment shall be designed and capable of either continuous or intermittent operation and wet or dry pit operation as indicated on Drawings. 3. All equipment, supports, anchors and fasteners shall be of adequate strength to withstand loads associated with starting, turbulence, thrusts from liquid movement, thermal expansion and contraction and other loads encountered under normal operating conditions. 4. Summary: a. Provide the following pumping systems at the locations shown on the drawings: 1) Two non-clog, submersible pumps (Pump-01 & Pump-02) to be installed in the lift station wet well to pump the wastewater through the 8-inch diameter force-mains to the Meadow Lakes Lift Station. b. Rail and Lifting System: For submersible pump installation provide a rail and lifting system, along with the power and control cables and accessories. c. Provide a motor monitoring and status module to CONTRACTOR for installation in the motor starter located in the Control Panel. d. Refer to P&ID's, Drawings, and Instrumentation Sections regarding the control logic and description for additional pump monitoring and control information as applicable. Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 11075 - Page 1 of 10 PUMP, SUBMERSIBLE CENTRIFUGAL F:\projects\03'IS\047-04�Specs�Final Specs\Conformed\11075 Pump Submersible Centrifugal.dorac 0318-047-01 1.5 PERFORMANCE REQUIREMENTS A. General Performance: 1. The pump, with its appurtenances and cable, shall be capable of continuous submergence under water to a depth of 65 feet without loss of watertight integrity. 2. Pumping Unit System: Comply with performance requirements specified, as determined by testing assemblies representing those indicated for this Project. B. Specific Performance Requirements: Refer to attached Pump Data Sheet after End of Section. 1.6 SUBMITTA�S A. Product Data: Provide construction details, material descriptions, dimensions of individual components and profiles, finishes for rated capacities, operating characteristics, electrical characteristics, and furnished specialties and accessories. B. Shop Drawings: Provide plans, elevations, sections, details, and attachments to other work. 1. Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. PerFormance data curves showing head, capacity, horsepower demand, and pump efficiency over the entire operating ranges of the pump, from shutoff to maximum capacity. a. Indicate separately the head, capacity, horsepower demand, overall efficiency, and minimum submergence required at the guarantee point. 3. Wiring Diagrams: For power, signal, and control wiring diagrams, including terminals and numbers. 4. Complete motor nameplate data, as defined by NEMA, motor manufacturer, and include any motor specifications. 5. Documentation demonstrating factory finish is equivalent to finish system specified in this Section. C. Information Submittals: 1. Factory functional and performance test reports and logs. 2. Manufacturer's Certification of Compliance. 3. Special shipping, storage and protection, and handling instructions. 4. Manufacturer's instructions for installation. 5. Manufacturer's Certificate of Proper Installation. 6. Qualification Data: For manufacturer and manufacturer's representative. 7. Suggested spare parts list to maintain the equipment in service for a period of two years. Include a list of special tools required for checking, testing, pa�ts replacement, and maintenance with current pricing information. 8. List special tools, materials, and supplies furnished with equipment for use prior to and during startup and for future maintenance. 9. Warranties and service agreements. 10. Preinstallation conference minutes. D. Operation and Maintenance Data: For each pumping system to include in operation and maintenance manuals in accordance with these specifications. Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 11075 - Page 2 of 10 PUMP, SUBMERSIBLE CENTRIFUGAL F:\projects\0318\047-04\Specs\Final Specs\Conformed\1'1075 Pump Submersible Centrifugal.docx os� s-oa�-o� 1.7 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. Pumping units shall be the product of a manufacturer having at least twenty (20) similar system installations in the United States of the type proposed, each with a minimum of five (5) years of satisfactory service. 2. A list of similar installations shall be furnished with the shop drawing submittal, including names and telephone numbers of contacts. B. Manufacturer's Representative Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. C. Source Limitations: Equipment units of each type specified in this section shall be supplied by a single manufacturer. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. E. Preinstallation Conference: Conduct conference at Project site. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver, handle and store pumping system components in accordance with manufacturer's written instructions and the requirements of these specifications. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to provide 100 percent parts and labor for the repair or replace components of pumping unit that fail(s) in materials or workmanship within specified warranty period. 1. Warranty Period: Non-prorated and unlimited hours of operation for five (5) years from date of Substantial Completion. 2. Cost for the removal, shipment, repair or replacement, and installation of components by CONTRACTOR shall be included in warranty, as well as replacement of defective work. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, , the following: 1. KSB, Inc. 5 2. Wilo EMU. 3. Cornell Pump Co. 4. Fairbanks Morris 5. Flow-serve 2.2 PUMP CONSTRUCTION DETAILS A. Type: Vertical, non-clogging, centrifugal sewage pump with bottom inlet and side discharge; direct driven by integral squirrel cage, electric induction motor. Pumping system shall include pump, motor, bearings, quick removal system, anchor bolts and all accessories specified herein. B. Casing, Volute, and Stator Housing: , v °, . <... _ "� Uu....: ��� ������� ���, ��s:e �O��il�'���r,�c,apable,����uw�ori�+�cl� `.+�st��n�ce'�d �rawAse�+,ra�e. 5 2. Discharge flanges shall be 125 b and meet ANSI Standard B16.1. 3. All nuts, bolts, washers, and other fastening devices supplied with pumps shall be stainless steel. 4. Mating surFaces requiring watertight seal shall be machined and fitted with Buna-N O-rings. Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 Ciry Project No. 01829 11075 - Page 3 of 10 _ PUMP, SUBMERSIBLE CENTRIFUGAL F:�projects\0318\047-04\Specs�Final Specs\Conformed\11075 Pump Submersible Centrifuga�.doac 0318-047-01 C Shaft: \ � Bearings: Provide minimum of two (2) permanently lubricated bearings consisting of upper radial bearings and lower thrust bearings rated for B-10 life of 50,000 hours in accordance with AFBMA. E. Shaft Seal System: 1. A tandem mechanical seal system consisting of two totally independent seal assemblies shall be provided that operate in a lubricant reservoir. 2. Upper shaft seal consisting of stationary Tungsten carbide ring and rotating carbon ring or a rotating silicone carbide ring and a stationary carbon ring operating in an oil chamber below stator housing. 3. Lower shaft seal consisting of stationary and rotating Tungsten carbide or silicone carbide rings designed to seal pumped liquid from stator housing. 4. Each seal shall be held in place by its own independent stainless steel spring system. 5. Oil chamber shaft sealing system shall be designed to prevent overfilling and to provide lubricant application capability. Provide drain and inspection plugs accessible from the outside. 6. Seals shall require neither maintenance nor adjustment, but shall be easily inspected and replaceable. F. Impeller: 1. Gray cast iron, ASTM A48, Class 40B; solids handling single or multivane non-clog type. 2. Impeller vane shall be smooth, finished throughout, and free from sharp edges. 3. Key driven and held to shaft by a streamlined impeller washer and bolt assembly designed to reduce friction in the suction eye of the impeller, such that the impeller cannot unscrew or be loosened by torque either forward or reverse rotation. 4. Capable of passing the specified solid non-deformable sphere size through the bottom inlet between two shrouds as listed in the Pump Data Sheet. G. Wear Rings: - - �� - - 5 5 H. Drive Motor: 1. Motor Horsepower: As required so the nameplate horsepower rating is not exceeded at any head capacity point on the pump curve. 2. Operation: Capable of operating with motor exposed to atmosphere and dry (no liquid around stator pump for cooling) for ten (10) minutes without damage to motor or seal. 3. Enclosure: Submersible. 4. Mounting: Vertical 5. Motor Design: a. Power Supply: 480V, 3-phase, 60-Hz, unless otherwise indicated on Drawings. b. Squirrel-cage, induction motor, enclosed in a waterproof housing, for submersible application, meeting requirements of NEMA MG 1. Certified for continuous duty with a Service Factor of 1.15. c. Air filled; constructed with moisture-resistant NEMA Class F or H insulation and Class H slot liners; constructed to NEMA B design standards. Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 11075 - Page 4 of 10 PUMP, SUBMERSIBLE CENTRIFUGAL F:\projects\0318\047-04\Specs�Final Specs\Conformed\11075 Pump Submersible Centrifugal.docx 2. Shaft shall be dynamically balanced and shall be amply sized to minimize shaft deflection. 0318-047-01 d. Copper wound stator shall be triple dipped in epoxy enamel and baked to withstand a temperature of 155 °C (Class F) or 180 °C (Class H) as defined in NEMA MG-1. Each winding phase or layer shall be laced with Type H glass lined paper. e. Rotor shall be statically and dynamically balanced after fabrication and utilize aluminum bars and short circuit rings. f. Designed for continuous duty capable of sustaining 15 starts per hour at a minimum ambient temperature rise of 40°C. g. Motors shall be capable of uninterrupted operation with a voltage drop of 10%. h. Power cables entering the motor shall connect to individual terminal pins, which separates the incoming service from the motor. i. Motor shall bear the Factory Mutual explosion-proof label certifying its use in a Class 1, Groups C 8� D hazardous location. j. Provide lifting eye. k. Cooling system: 1) Provide either a cast iron jacket or Type 304 stainless steel motor cooling jacket, encircling the stator housing, to provide for heat dissipation, regardless of the pump installation. 2) The cooling system shall be self-contained, using a closed loop cooling system and glycol coolant to allow for running under full load conditions at 100% duty cycle with the motor exposed to air and/or in liquid temperatures up to 104°F. 3) The internal circulation of the pumped liquid as coolant is not acceptable. The use of fans, blowers or exposed cooling systems is not acceptable. I. Motor Protection Devices: 1. Winding Temperature Sensors: Provide a minimum of finro thermistor temperature detectors embedded in the end coils of the stator, spaced directly across from each other. Thermal sensors shall automatically de-energize the motor when its temperature exceeds a preset limit recommended by the manufacturer. 2. Moisture and Leak Sensor: a. Provide moisture sensor to sense seal failure; mounted in the seal chamber; of the conductive type; sensing moisture above the lower seal, but below the upper seal. � 5 J. Power and Control Cables: 1. Provide power and control cables in lengths to run un-spliced from the pump to the junction box. Cables shall terminate with conductor sleeves that bundle the entire group of strands of each phase to improve termination at the control panel. 2. Power cables shall be Type SO conforming to NEC and ICEA standards for loads, resistance under submersion against sewage. 3. Provide Type 316 stainless steel cable grips for supporting cable at the top brackets. 4. Cable entry seal to be watertight and submersible. a_ The cable entry chamber junction shall be separate from the motor chamber. The chamber junction shall be sealed from the motor chamber with a terminal board or the motor leads shall be staggered and sealed in a manner which prevents wicking. b. Type recommended in Factory Mutual Research Corporation for Explosion Proof - Certification. 2.3 ACCESSORY EQUIPMENT - A. General Description: Consist of a discharge elbow that mounts in the bottom of the wet pit, a replaceable pump coupling, guide rails and supports, along with hardware required for a complete and operational system. Connections to piping shall be standard ANSI flanges. . . , , ; - Y` "_'f�¢ 1��s—w � `��, -'F"-fe��t° �`�'—l�R ta,t � �"� r°`^ --' �sr- $ 5 ��.���.� �.��� ��;�c�rae�� u�� °;�i���,�r��ar�L"'�s���`�o��s��`,��;'��.����..�r ���t��i�`r� �'' ���� ��-�b„�.�} ., . ��'���� 1. Designed to support full weight of pump, discharge piping and guide rails providing a leak proo seal connection. 2. Pump connection to the base mounted discharge connection shall be automatic when the pump is lowered into place, and shall be easily disconnected without the need for personnel to enter the wet well. Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 11075 - Page 5 of 10 _ PUMP, SUBMERSIBLE CENTRIFUGAL F:lprojects\0318\047-04\Specs\Final Specs\Conformed\11075 Pump Submersible Centrif�gal.docx 0318-047-01 3. Sealing of pumping unit to discharge elbow shall be accomplished by a simple linear downward motion of the pump. 4. Provide a sliding guide bracket of Type 316 stainless steel or cast iron with epoxy coating for each pump as integral part of pump. 5. Provide Type 316 anchor bolts, size determine by pump manufacturer. C. Pump Coupling: Cast iron construction, located between the pump discharge flange and the vertical face of the discharge base. Designed to seal against the vertical face of the discharge base using a replaceable Buna-N compressible seal. D. Guide Rail and Pump Lifting Assemblies: 1. Provide guide rail assemblies, complete with guide rail supports and anchor brackets, as require producing a complete and properly functioning system based on the pump dimensions and geometry as shown on the Drawings and required by pump and wet well manufacturer. 2. Provide Type 316 stainless steel guide rails supported by Type 316 stainless steel support brackets. Guide rails shall be Schedule 40 (minimum) pipe. Provide intermediate support brackets for installations deeper than 20 feet. Anchor bolts shall be Type 316 stainless steel. 3. Lower guide rail support shall be integral with pump discharge base. 4. Provide each pump with the indicated manufacturer's accessories as listed below. Type and size shall be as recommended by the manufacturer. a. Upper guide bar holder. b. Electrode device holder. c. Lifting bale (Type 304 stainless steel) for safety cable. d. "Grip eye" pump lifting-chain positive recovery system of sufficient length and capacity for lifting pump from the wet well employing the hoist. e. Intermediate guide bar supports, as required, maximum spacing 10 feet. E. Equipment Identification Plate: 16-gauge Type 316 stainless steel with 1/4-inch die-stamped equipment tag number securely mounted in a readily visible location. 2.4 FACTORY FINISH A. Exterior ferrous surfaces shall receive the following Factory applied coating system: 1. Surface Preparation: Blasting per ISO 12944-4; Standard Cleanliness Grade 2.5; Minimum Peak to Valley Height 70 microns. 2. Coating System: a. Provide either a two part epoxy coating to all exterior portions of the pump and slide rail bracket assembly other than stainless steel components, or b. solvent free ceramic coating, impregnated with aluminum oxide; TDF thickness - 15 mils minimum; Minimum Adhesion - 14 Newtons per square millimeter per ISO 4624; Minimum Hardness - 110 on Buchholz Indentation sale; Resistance — L.evel 1 (continuous duty) for sewage with pH of 6-11, Level 1 for saltwater, Level 3 for 10% hydrochloric acid. 3. Provide touch up coating material, with the pumps, for CONTRACTOR'S use during installation. B. Paint bases, piping and other surfaces in accordance with the manufacturer's recommendations and these specifications. 2.5 INSTRUMENTATION AND CONTROL A. Pump Manufacturer's Monitoring and Status Module: 1. Control Panel Installed: Provide separately for CONTRACTOR to install in motor control center. 2. The module shall receive input for the sensors located in the submersible motor plus an input for a Reset pushbutton. B. �iquid Level Control 1. �evel control shall be provided by discrete signals from SCADA for pump ON/OFF. Level shall be monitored and transmitted to SCADA with an ultrasonic level sensor capable of ineasuring the full range of depth in the basin. Tilting ball float type switch shall be provided for high-level alarm. Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 11075 - Page 6 of 10 PUMP, SUBMERSIBLE CENTRIFUGAL F:\projects\0318\047-04\Specs\Final Specs\Conformed\11075 Pump Submersible Centrifugal.docx 031 &047-01 2.6 SOURCE QUALITY CONTROL A. Factory Tests and Adjustments: Test all pumping units and controls to be furnished. 1. Each pump shall be tested using water in accordance with ISO 9906 to determine compliance with Pump Manufacturer's head-capacity curve and guaranteed pump efficiency. NPSHR will be required on pump test curve. Test pumps at the speeds, horsepower and configurations spec�c to the project design. 2. Include test data sheets, curve test results, perFormance test logs, certified by a factory test engineer. I� C� Performance Test: 1. Perform on each pump in accordance with Hydraulic Institute Standards. 2. Tests shall be su�cient to determine the curves of head, input horsepower, and efficiency relative to capacity from shutoff to 150% of design flow. A minimum of six points, including shutoff, shall be taken for each test. PART 3 - EXECUTION 3.1 GENERAL A. Install in accordance with manufacturer's printed instructions, the requirements of these specifications. 3.2 INSTALLATION A. Level base elbow by means of steel wedges (steel plates and steel shims). Wedge taper not greater the 1/4-inch per foot. Use double wedges to provide a level bearing surface. Accomplish wedging so that there is no change of level or springing of the base elbow when anchor bolts are tightened. B. For submerge operation, install guide rail assembly plumb and true. Apply protective coating system to all ferrous materials except stainless steel. C. Complete equipment installation with controls, safety devices and auxiliary support systems necessary to start the equipment and verify that the equipment functions correctly under no load conditions. Turn rotating equipment by hand to check. Complete cleaning and testing of piping systems. Inspect and clean equipment, devices, piping, and structures of debris and foreign material. D. Remove temporary bracing supports and other construction debris that may damage equipment. E. Remove protective coatings and oils used for protection during shipment and installation. F. Flush, fill, and grease lubricated systems in accordance with Manufacturer's instructions. G. Install temporary connections and devices required to fill, operate, checkout and drain the system. Provide temporary valves, gauges, piping, test equipment, and other materials and equipment necessary to conduct testing and startup. H. Equipment 1. Check equipment for correct direction of rotation and freedom of moving parts. 2. Align equipment to Manufacturer's tolerances. Adjust clearances and torques. 3. Check installation prior to start-up for conformance to Manufacturer's instructions. 4. Adjust or modify equipment to ensure proper operation. Correct any deficiencies or problems noted in Manufacturer's representative's installation reports. Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 11075 - Page 7 of 10 PUMP, SUBMERSIBLE CENTRIFUGAL F:lprojects\0318\047-04\SpecslFinal Specs\Confortned\�'1075 Pump Submersible Centrifugaf.docx Hydrostatic Test: Pump casing tested at 150 percent of shutoff head. Test pressure maintained for not less than five minutes. 0318-047-01 3.3 FIELD QUALITY CONTROL A. Functional Tests: Conduct on each pump as described below and in accordance with the Owner's requirements and these specifications. 1. Alignment: Test complete assemblies for correct rotation, proper alignment and connection, and quiet operation. B. Performance Test: In accordance with hydraulic Institute Standards. 1. Place each piece of equipment in the system in operation until the entire system is functioning. All components shall continue to operate without alarms or shut downs, except as intended, for eight consecutive hours to be considered started up. 2. Operate the equipment through the design performance range consistent with available flows. Adjust, balance, and calibrate and verify that the equipment, safety devices, controls, and process system operate within the design conditions. Each safety device shall be tested for proper setting and signal. Response shall be checked for each equipment item and alarm. Simulation signals may be used to check equipment and alarm responses. C. A copy of all information from functional tests, including data, worksheets, and other materials shall be turned over to the OWNER at the completion of the testing program. 3.4 MANUFACTURER'S SERVICES A. Manufacturer's Representative: Present at Project site or classroom designated by OWNER, for minimum person-days listed below, travel time excluded: 3.5 FACILITY STARTUP A. Startup of the facility shall be in accordance with these specifications. After initial startup under the supervision of a qualified representative of the pump manufacturer, a preliminary "running-in" period will be provided for the CONTRACTOR, per the Contract Documents, to make field tests and necessary adjustments. At the end of the specified period of operation, the pumps will be accepted if, in the opinion of the ENGINEER, the pumps has operated satisfactorily without excessive power input, wear, lubrication, or undue attention required for this operation, and if all rotating parts operate without excessive vibration or noise at any operating speed and head, including shutoff. 3.6 SUPPLEMENT A. The Pump Data Sheet included after "END OF SECTION" shall be part of this section. END OF SECTION Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 11075 - Page 8 of 10 PUMP, SUBMERSIBLE CENTRIFUGAL F:\projects\0318\047-04\Specs\Final Specs\Conformed\11075 Pump Submersible Centrifugal.docx 0318-047-01 5 A18�€� * _ , , , , , , , , - Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 11075 - Page 9 of 10 PUMP, SUBMERSIBLE CENTRIFUGAL F:\projects\0318\047-04\Specs�Final Specs\Confortned\'11075 Pump Submersible CenVifugal.docx ■ 0318-047-01 Casino Beach and Watercress Drive Water and Sewer Improvements, Phase 1 City Project No. 01829 11075 - Page 10 of 10 PUMP, SUBMERSIBLE CENTRIFUGA� F:\projeds\0318\047-04\Specs�Final Specs\Conformed\11075 Pump Submersible Centrifugal.docx SECTION 13300 PROCESS INSTRUMENTATION AND CONTROL - GENERAL PROVISIONS PART 1 GENERAL 1.01 SCOPE OF WORK A. The 1&C Contractor shall furnish, install, calibrate, test, configure, program, and place in operation all instrumentation and control system equipment necessary to perform specified functions in accordance with the requirements of the Contract Documents. The PLC, Radio 8� HMI Programming shall be preformed by HSQ_ The system includes, but is not necessarily limited to the following equipment and work: 1. Primary sensor/transducers, field instruments, sensor cables, and associated mounting hardware. 2. Coordinate the controls as furnished in Local Control Panels/Terminal Panels and enclosures as furnished with process equipment. Panel and enclosure construction are specified in Section 16487, Electrical Manufacturer's Provided Control Panels (OEMs). 3. Lift Station PLC programming shall be performed by HSQ as listed in the bid documents. The Contractor shall be responsible to coordinate the services of HSQ and other trades on the Project. 4. The Lift Station PLC program shall monitor the pumps based on Lift Station wetwell level as show on the Contract drawings. The Level Transmitter shall control the Start / Stop of the pumps, after setting and configure it. 5. The Contractor shall install Radio and Antenna to communicate to City of Fort Worth SCADA system. The main SCADA system shall be monitor all the Lift Station Operations and alarms. 6. The Specifications of this Section and the other Division 13 Sections illustrate and describe the overall instrumentation and control system functional and operational requirements. B. To ensure that all control systems and equipment are properly coordinated and will function in accordance with the intent of these Specifications, the Contractor shall retain ultimate responsibility under this Contract for control system and equipment coordination, installation, operation and guarantee. C. The Contractor shall furnish and install all labor, equipment, materials, appu�tenances, specialty items and services required for complete and operable control systems. The control equipment covered by the Contract Documents is intended to be new standard equipment of proven ability as manufactured by reputable concerns having extensive experience in the production of such equipment. The control equipment furnished shall be manufactured and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed to meet the requirements of the Contract Documents. D. Related work specified elsewhere that shall apply to all equipment, materials, labor, and services furnished under this Section shall include, but not be limited to, the following: 1. Division 01, General Requirements. 2. Division 13, Special Construction. a. Section 13302 Instrumentation — Testing and System Commissioning. b. Section 13305 Instrumentation — Application Service Provider. c. Section 13310 Instrumentation Products. d. Section 13405 Instrumentation Input-Output �ist. Instrumentation — General Provisions 13300-1 3. Division 16, Electrical. a. The General Equipment Provisions (Section 16000) shall apply to all equipment furnished under this Section. E. The Contractor and Manufacturers of the equipment specified herein shall be required to review and satisfy all relevant requirements of other sections of the Contract Documents. 1.02 QUALITY ASSURANCE A. The Contractor shall furnish the services of a single Instrumentation and Controls (1&C) Subcontractor who shall assume responsibility for providing a complete and integrated system. These requirements are more fully described in Specification 13500 (Programmable Controller System), Specification 16486 (OEMs), and the Contract Drawings. Applicable parts of Section 13300, such as shop drawings, record drawings, and Operations and Maintenance Manuals shall be provided by the 18�C Subcontractor. B. All equipment, components, and materials required shall be furnished by the single supplier who shall assume the responsibility for adequacy and performance of all items. C. The Contractor shall require the supplier to identify those system components which are not off-the-self components or not of his manufacture. D. The Contractor shall supply to the Owner's Representative the I&C Subcontractor's quality assurance plan, and for components which are not off-the-self components or not of their manufacture, the component manufacturer's quality assurance plan. The plans shall include but not necessarily be limited to: method of testing, raw material criteria, methods of documentation, station control, "Burn-In", the final tests, serialization coding, and packaging. E. 18�C Subcontractor Qualifications: 1. Shall be a financially sound firm having at least five years continuous experience in designing, implementing, supplying and supporting instrumentation and control systems which are comparable to the instrumentation system in terms of hardware, software, cost, and complexity. 2. Shall have in existence at the time of bid advertisement, an experienced Engineering and technical staff capable of designing, implementing, supplying, and supporting the instrumentation system and handling the submittal, testing, and training requirements. 3. Shall have a thorough working knowledge of Water treatment processes and control philosophy in accordance with standard practices of the Water treatment industries. 4. Shall have a demonstrated record of prompt positive response to field failures. 5. Shall have a record of prompt shipments in accordance with contract obligations required for previous projects. 6. Shall have a demonstrated experience record of successful instrumentation and control system equipment installations, including experience with the installation, startup, and commissioning of the Power Monitoring Control System (PMCS) and Plant Control System (PCS) as required in this project. 7. Shall have been the contractor on a minimum of three Water projects, each with complexity equal to or greater than that of the Holly Plant location. IS�C Subcontractor shall provide a list of qualifying installations, including the name and telephone numbers of the plant superintendent at each facility. F. I&C Subcontractor's Responsibility: 1. Detailed design, fabrication, assembly, wiring, integration, testing, and debugging of the instrumentation and control system in accordance with the Contract Documents, the reviewed submittal drawings, and all referenced standards and codes. Instrumentation — General Provisions 13300-2 2. P�eparation, assembly, submission, and correction of all instrumentation and control system submittals in accordance with the Contract Documents. 3. Proper integration and interfacing of the instrumentation and control system hardware, field devices, and panels including required interfacing with package control systems furnished by other equipment suppliers, with existing equipment, and with the electrical system. 4. Supervision of the installation of the instrumentation and control system, instruments, panels, consoles, cabinets, wiring, and other components required. 5. Calibration, testing, and sta�tup of the instrumentation (new or existing) and control system. 6. Handling of all warranty obligations for the control system components. G. Reference Standards: 1. The following organizations have generated standards that are to be used as guides in assuring quality and reliability of components and systems; govern nomenclature; define parameters of configuration and construction, in addition to specific details in this Specification and the Contract Drawings: a. ISA, Instrument Society of America_ b. API, American Petroleum Institute. c. UL, Underwriters Laboratories. d. AWWA, American Water Works Association. e. NRC, Nuclear Regulatory Commission. f. NEMA, National Electrical Manufacturers Association. g. OSHA, Occupational Safety and Health Administration. h. ANSI, American National Standards Institute. i. MIL, Military Standards. j. NFPA, National Fi�e Protection Association. k. SAM, Scientific Apparatus Manufacturers Association. I. IEEE, Institute of Electrical and Electronic. m. NEC, National Electrical Code. n. FM, Factory MutuaL o. City of Fort Worth PCS Standard, Version Latest. 1.03 COORDINATION AND PROGRESS MEETINGS A. Contractor shall be responsible for scheduling and coordinating the system installation with regard to all other work on the site and in accordance with the provisions of the Division 01 General Requirements. Said coordination shall be documented on the project schedule. B. Routine progress and coordination meetings will be scheduled by the Engineer. Contractor shall be required to provide the services of a representative to attend a minimum of one meeting. C. The pu�pose of the meetings shall be to review the progress of the work involving the instrumentation and control system and provide coordination for installation of the equipment to ensure construction schedules are met and conflicts with other projects are addressed. D. Representatives at the meetings shall have the competence and authority to make any and all necessary decisions. Decisions and statements made at the meetings shall commit the Contractor and system supplier to agreed procedures and schedules. Instrumentation — General Provisions 13300-3 1.04 18� C SUBCONTRACTOR PROJECT PERSONNEL A. The 18�C Subcontractor shall provide the following project personnel: 1. Project Manager: a. The project manager shall coordinate and schedule all work and assure that the project schedule is met. b. The project manager shall act as the liaison with Contractor for the installation of the instrumentation and control system equipment and shall assist in all matters required for proper coordination and interfacing of the equipment and processes. 2. Field Engineer: a. The field Engineer shall have the responsibilities as follows: 1) Provide advice and technical consultation relative to installation techniques and procedures for equipment furnished_ 2) Provide installed system checkout, calibration, adjustment, and startup including tuning of every control loop. 3) Provide maintenance services during the field test as specified. 4) Have involvement in the on-site system training of plant personnel. 5) Provide resolution of control problems encountered during initial startup and testing of all instrumentation and control equipment. b. The field Engineer shall have a minimum of five years experience in systems Engineering and startup and shall have a thorough working knowledge of the hardware supplied for the instrumentation and control system. 1.05 RELATED WORK A. All instrumentation work provided under any Division of the Specifications shall fully comply with the requirements of Division 13_ 1.06 SUBMITTALS A. Pre-Submittal Conference: 1. Contractor shall arrange and conduct a pre-submittal conference on the control system within 45 days after the Notice to Proceed of the general construction contract providing installation of the screens. 2. The pre-submittal conference shall be attended by representatives of Contractor_ The Owner and Owner's Representative will also attend. The meeting shall be held at the Owner's facility. 3. The purpose of the pre-submittal conference shall be to informally review and conceptually accept the manner in which the control system supplier intends to respond to the Contract requirements before any submittals are prepared. 4. Contractor shall prepare the items listed below for presentation at the pre-submittal conference. The information shall be submitted to the Owner's Representative one week prior to the date of the conference: a. A description of the qualifications of Contractor, including references. b. A list of equipment and materials required for the control system and the brand (manufacturer) which the Contractor proposes to use for each item. c_ A list of proposed exceptions to the Contract Documents along with a brief explanation of each. Approval shall be subject to a formal submittal. d_ A sample of each type of submittal specified herein, a sample of PLC function blocks, and example of PLC logic diagrams. These may be submittals prepared for other projects. e_ A flow chart showing the steps to be taken in preparing and coordinating each control system submittal to the Owner's Representative. f. A bar chart type schedule for all instrumentation and control system related activities from the pre-submittal conference through startup and training. Instrumentation — General Provisions 13300-4 Particular emphasis shall be given to dates relative to submittals, design, fabrication, factory testing, deliveries, installation, field testing, commissioning, and training. The schedule shall be subdivided to show activities relative to each major item or group of items when everything in a given group is on the same schedule. g. A general outline of the type of tests to be performed to verify that all sensors/transducers, instruments, and control equipment are functioning properly. B. Shop Drawings: 1. General: � a. Make shop drawing submittals in accordance with the requirements of the Contract Documents, including Section 01 33 00, Submittals. Submit all substitutions (products by manufacturers other than those specifically named) in accordance with the requirements of Section 01 25 00, Substitution Procedures. b. Preparation of shop drawings shall not commence until after the pre-submittal conference specified below. c. Manufacture of the instrumentation and control system shall not commence until �elated submittals have been approved by Owner's Representative. d. Shop drawings shall be submitted by specification section number, as generally outlined in Paragraph 1.5.A.3, Submittal Requirements, listed below. e. Review of shop drawings by OWNER'S REPRESENTATIVE will be for conformance with Contract Documents and with regard to functions specified to be provided. f. All shop drawings and diagrams shall be developed using AutoCAD. Hard copies shall be submitted for review. Record Drawings and Final OS�M Manuals shall include all AutoCAD Drawing Files (softcopy) as well as the hard copies and PDF files of the drawings and diagrams. C. Submittal Requirements: 1. Product information for all sensors/transducers and field instruments. Include the following: a. Manufacturer's product name, standard catalog product data and complete model number. b. Instrument tag number from Contract Documents. c. Description of construction features, including housing material and NEMA rating. d. Performance and operation data. e. Dimensioned installation and mounting details, instructions, and recommendations that is specific to this project. f. Identification of all wiring interconnections and points of connection. g. Service requirements. h. Calibration information. i. A list of ranges and set points that includes each device. Any instrument not listing a range in Division 13 shall be coordinated during the submittal review process. Ranges that are specified may be changed due to the actual sizes, flow and pressure of equipment provided. This will be at no extra cost to the Owner/Owner's Representative during the submittal review and approval process. D. Programmable Controller System Information: 1. System Description: (Shall be preformed by HSQ) a. Detailed block diagram showing system hardware configuration and identifying manufacturers and model numbers of system components. b. Software language and organization. c. Format, protocol, and procedures for remote communications and local communications with input/output modules and peripheral devices. Instrumentation — General Provisions 13300-5 2. 3. 4. d. On-line and off-line capabilities for programming, system utilities, and diagnostics. e. Input/output point listing with I/O module cross reference identification, card rack, slot and terminal point references, including pseudo points as required to fully meeting the City of Fort Worth SCADA interFace requirements. f. Submittal shall include the address map for all peer — to — peer interfaces as shown in contract drawings and described in the specifications. The address map shall be in two parts, the first portion for commands received via SCADA and the second portion shall be for status points. The address map shall be readable utilizing Modbus TCP protocol in the 4xxxx registers. g. List of spare pa�ts and test equipment. Equipment Hardware: (By the I&C Contractor) a. Manufacturer's standard catalog product data for all system components. Layout drawings showing front, rear, end, and plan views to scale of all processing equipment, I/O components, power supplies, and peripheral devices. b. Construction details, features, and procedures. c. Interconnection diagrams including termination details, cable identification lists, and cable lengths. d. Plans showing equipment layout in control panels. e. Installation requirements, instructions, and/or recommendations. Software Description: (Shall be preformed by HSQ) a_ Standard technical documentation covering all aspects of the programmable controller sofiware functions and capabilities, including instruction set description and programming procedures related to control, monitoring, logging, and alarming functions. b. Documentation describing memory type, size and structure and listing 1/O and Data Table memory and size of inemory available for programs. Existing Control System Modifications: a. (Shall be preformed by HSQ) Documentation covering all aspects of the modifications to the control software functions, including database entry, graphic screens and control strategy development related to control, displays, monitoring, logging, and alarming functions of the each pump station as provided under this contract_ b. New Panels, Consoles and Cabinets Information: (By the 1&C Contractor or HSQ) 1) Layout Drawings include thefollowing: a) Front, rear, end and plan views to scale. b) Dimensional information. c) Tag number and functional name of components mounted in and on panel, console, or cabinet. d) Product information on all panel components. Include information as specified above for the field sensors/transducers and instruments. e) Nameplate location and legend including text, letter size, and colors to be used. f) Location of anchoring connections and holes. g) Location of external wiring and/or piping connections. h) Mounting and installation details. i) Sub panel layouts and mounting details for all items located inside control panels. j) Panel schematic and internal point-to-point wiring and/or piping diagrams, include the following: 1) Name of panel, console, or cabinet. 2) Wiring sizes, types, and numbers. 3) Piping sizes, types, and numbers_ 4) Terminal strip and post numbers for all interconnections. 5) Color coding. 6) Functional name and manufacturer's designation for components to which wiring and piping are connected. Instrumentation — General Provisions 13300-6 7) Electrical wiring diagrams in accordance with NFPA 79 standards. No "typical" wiring diagrams will be acceptable and no tables or charts to describe wire numbers will be acceptable. All wires shall be labeled and shown on the submittal drawings. Diagrams shall include all interconnections between field devices, panels, control stations and motor controllers. 8) Plan showing equipment layout in each area. 9) Stock lists or Bill of Materials for each panel including tag number, functional name, manufacturer's name, manufacturer's model number, and quantity for all components mounted in or on the panel or enclosure. 10) Heat gain/loss calculations for each panel or enclosure to verify that there is sufficient dissipation of generated heat to maintain interior panel temperatures within the maximum and minimum operating temperature of all panel components with ambient temperatures as speci�ed in Paragraph 1.7.D of this Section. k) Instrument loop diagrams for all analog display and control loops prepared using ISA standard symbols in accordance with ISA Standard S5.4, including the following: 1) Functional name of loop. 2) ISA tag numbers as shown in the Specifications and on the Contract Drawings. 3) Functional name and manufacturer's name and model, product or catalog number for each item in the loop. 4) Location of each item. 5) Signal type and calibrated range, scale, or set point for each item. 6) Transmitter output drive and receiver input impedance. Show total loop impedance and reserve. 7) Identification of loop and instrument energy sources. 8) Identi�cation of all interconnections. Include wire numbers, sizes and types, cable numbers, conduit numbers, intermediate junction box identification and location, terminal numbers, and grounding connections. 1) All drawings, diagrams, loop sheets, etc., shall be developed using AutoCAD. Hard copies shall be submitted on sheets of paper with a MINIMUM dimension of 11" x 17" and with a MINIMUM text height of .05". AutoCAD Drawing Files (softcopy) shall be provided with the Record Drawings and Final O&M Manuals. 5. Control System Operation and Maintenance Manuals: (By the 18�C Contractor and HSQ) a. Furnish O&M manuals for the instrumentation and control system in accordance with the requirements of Section 01330, Operation and Maintenance Data; and the supplemental requirements below. b. The O&M manuals shall include the following: 1) Name, address, and telephone number of the control system supplier's local service representative. 2) Complete list of supplied system hardware parts with full model numbers referred to system part designations, including spare parts and test equipment provided. 3) Copy of all approved submittal information and system shop drawings as specified herein with corrections made to reflect the actual system as tested and delivered to the site for installation. Half-size black line reproductions shall be provided for all shop drawings larger than 11x17 inches. Instrumentation — General Provisions 13300-7 4) Manufacturer's Original Copies of Hardware, installation, Assembly, Programming, and Operations Manuals for all control system components. Manuals shall include the following information: a) General descriptive information covering the basic features of the equipment. b) Physical description covering layout and installation requirements and all environmental constraints. c) Standard technical documentation covering the procedures for programming, start-up, and shutdown of the PLC equipment including instruction set descriptions and programming procedures. d) Principles of operation explaining the logic of operation; provide information covering operation to a component level_ e) Maintenance procedures covering checkout, troubleshooting, and servicing; checkout procedures shall provide the means to verify the satisfactory operation of equipment, troubleshooting procedures shall serve as a guide in determining faulty components, and servicing procedures shall cover requirements and recommended time scheduled for calibration, cleaning, lubrication and other housekeeping and preventive maintenance procedures. f) Wiring, schematic, and logic diagrams. g) Safety considerations relating to operation and maintenance procedures. h) Manufacturer's recommended spare parts list with model numbers. 5) All O&M Manuals shall be tailored for the project by indicating all options or accessories provided and/or deleting or crossing out non-applicable options or information. 6) The O&M Manuals shall be printed on heavy, first quality paper. Large manuals shall be submitted in D ring type (1 '/2" max) binders with a table of contents and index tabs to identify the various devices. The table of contents shall reference the applicable Specification Section(s) for each item and shall be included in each volume of multi-volume manuals. 6. Record Drawings and Documentation: (By the 18�C Contractor) a. Contractor and system supplier shall revise all system shop drawings and submittals to reflect as-built conditions in accordance with the requirements of Section 01 78 23, Operation and Maintenance Data, and Section 01 78 39 Project Record Documents. 1.07 REFERENCE STANDARDS A. Instrumentation equipment, materials and installation shall comply with the National Electrical Code NEC and with the latest edition of the following codes and standards: 1. National Electrical Safety Code (NESC) 2. Occupational Safety and Health Administration (OSHA) 3. National Fire Protection Association (NFPA) 4. National Electrical Manufacturers Association (NEMA) 5. American National Standards Institute (ANSI) 6. Insulated Cable Engineers Association (ICEA) 7. Instrument Society of America (ISA) 8. Underwriters Laboratories (UL) 9. Factory Mutual (FM) 10. City of Fort Worth PCS Standard, Version Latest_ B. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. Instrumentation — General Provisions 13300-8 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 UL label affixed. All the equipments provided under this contract shall be complying with UL 1449 third edition. 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 Owner/Owner's 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. 1.08 AREA CLASSIFICATION AND ENCLOSURE TYPES A. Unless otherwise specified herein or shown on the Drawings, enclosures and associated installations shall have the following ratings: 1. NEMA 12 for dry, non-process indoor above grade locations (i.e. administration areas, labo�atories, control rooms, storage rooms). 2. NEMA 4X Aluminum enclosures shall be provided on an individual basis, and only where specifically designated herein or specifically shown on the Drawings. 3. PVC enclosures shall be used for Chlorine, Caustic Rooms, and Lime Rooms. 4. NEMA 4X 316 Stainless Steel enclosures shall be provided for all other locations on the project. 1.09 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 materials installed in hazardous areas shall be U� listed for the appropriate hazardous area classification. 1.10 CODES, INSPECTION AND FEES A. Equipment, materials and installation shall comply with the requirements of the local authority having jurisdiction. B. Obtain all necessary permits and pay all fees required for permits and inspections. 1.11 TESTS AND SETTINGS A. Test systems and equipment furnished under Division 13 and repair or replace all defective work. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. B. Prior to energizing electrical equipment, control panels, or field instruments, make all tests as required by the individual specification Sections, and submit the required test reports and data to the Owner/Owner's Representative for approval. Instrumentation — General Provisions 13300-9 C. Mechanical inspection, testing and setting of circuit breakers, control equipment, etc for proper operation. D. 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. E. Testing shall be scheduled and coordinated with the Owner/Owner's Representative at least two weeks in advance. Provide qualified test personnel, instruments and test equipment. F. Refer to the individual equipment sections for additional specific testing requirements. G. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. 1.12 INTERPRETATION OF DRAWINGS A. Raceways and conductors for 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 and interface diagrams for signal system wiring. B. 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. C. Install conductors carrying low voltage signals (typically twisted shielded pair cables) in raceways totally separate from all other raceways containing power or 120 VAC control conductors. 1.13 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 all 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 integrity of the equipment. 1.14 RECORD DRAWINGS A. As the work progresses, legibly record all field changes on a set of Project Contract Drawings, hereinafter called the "Record Drawings". The Record Drawings and Specifications shall be kept up to date throughout the project_ B. Record Drawings shall accurately show the installed condition of the following items: 1. Equipments and devices. 2. Control Panels. 3. Pumps and valves. 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. 2. Field wiring terminal strip names and numbers. Instrumentation — General Provisions 13300-10 D. 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. E. Submit the record drawings and the schedule of control wiring raceways and wire numbers (or the point-to-point connection diagram) to the Owner/Owner's Representative. F. The Contractor's retainage shall not be paid until the point-to-point connection diagrams have been furnished to the Owner/Owner's Representative. 1.15 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. 1.16 MATERIALS AND EQUIPMENT A. Materials and equipment shall be new, except where spec�cally identified on the Drawings to be re-used. B. Material and equipment of the same type shall be the product of one manufacturer and shall be UL listed. C. All hardware for mounting boxes and equipment, such as racks, brackets, washers, springs, nuts, etc, shall be of 316 stainless steel. 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. E. Warrant all equipment furnished under Division 13 in accordance with individual equipment sections. 1.17 DELIVERY, STORAGE AND HANDLING A. Equipment and materials shall be handled and stored in accordance with the manufacturer's instructions, and as specified in the individual Specification Sections. 1.18 EQUIPMENT IDENTIFICATION A. Identify equipment (disconnect switches, control stations, etc) furnished under Division 13 with the name of the equipment it serves. Control 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 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 and 4X enclosures shall be attached with double faced adhesive strips, TESA TUFF TAPE 4970, .Q09 X'h", no equal. Prior to installing the nameplates, the metal surface shall be thoroughly cleaned with 70% alcohol until the metal surface residue has bee �emoved. Epoxy adhesive or foam tape is not acceptable. Instrumentation — General Provisions 13300-11 PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 EQUIPMENT PADS AND SUPPORTS A. Instrumentation equipment pads and supports, of concrete or steel, are shown on the Structural Drawings. 3.02 INSTALLATION A. Any work not installed according to the Drawings and this Section shall be subject to change as directed by the Owner/Owner's Representative. No extra compensation will be allowed for making these changes. B. Instrumentation equipment shall be protected at all times against mechanical injury or damage by water. Instrumentation equipment shall not be stored outdoors. Instrumentation equipment shall be stored in dry permanent shelters. Do not install instrumentation equipment in its permanent location until structures are weather-tight. If any apparatus has been subject to possible injury by water, it shall be thoroughly dried out and tested as directed by the Owner/Owner's Representative, or shall be replaced at no additional cost at the Owner/Owner's Representative's direction. C. Equipment that has been damaged shall be replaced or repaired by the equipment manufacturer, at the Owner/Owner's Representative's direction. D. 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 replaced, at no additional cost to the Owner. E. The process control system, instrumentation, and accessory equipment shall be installed in accordance with the manufacturer's instructions. The locations of equipment, transmitters, alarms, and similar devices shown on the Drawings are approximate only. Exact locations shall be as approved by the Owner's Representative during construction. All information relevant to the placing of process control work shall be obtained in the field. In case of any interference with other work, proceed as directed by the Owner's Representative and furnish all labor and materials necessary to complete the work in an approved manner. F. The instrumentation loop diagrams indicate the intent of the interconnection between the individual instruments. Any exceptions should be noted. Two complete sets of approved shop drawings shall be kept at the job site during all on-site construction. Both sets shall be marked up identically to reflect any modifications made during field installation or start-up. All markings shall be verified and initialed by the Owner's Representative or his designated representative. G. Following completion of installation and the Operational Readiness Test, one set of the marked up drawings shall be provided to the Owner's Representative; the other set shall be retained by the Supplier for incorporation of the mark-ups into final as-built documentation. H. The instrumentation installation details on the Contract Drawings indicate the designed installation for the instruments specified. Where specfic installation details are not specified or shown on the Drawings, the American Petroleum Institute (API) Recommended Practice 550 shall be followed as applicable. Instrumentation — General Provisions 13300-12 All work shall be executed in full accordance with codes and local rulings. Should any work be performed contrary to said rulings, ordinances and regulations, the General Contractor shall bear full responsibility for such violations and assume all costs arising there from. All equipment used in areas designated as hazardous shall be designed for the Class, Group, and Division as required on the Electrical Drawings for the locations. All work shall be in strict accordance with codes and local rulings. Should any work be performed contrary to said rulings, ordinances and regulations, the Supplier shall bear full responsibility for such violations and assume all costs arising there from. K. Unless specifically shown in the Contract Drawings, direct reading or electrical transmitting instrumentation shall not be mounted on process piping. Instrumentation shall be mounted on instrument racks or stands as detailed on the installation detail drawings. All instrumentation connections shall be provided with shutoff and drain valves. For differential pressure transmitters, valve manifolds for calibration, testing, and blow down service shall also be provided. For slurries, chemical or corrosive fluids, inline diaphragm seals shall be provided. L. All piping to and from field instrumentation shall be provided with necessary unions, test tees, couplings, adaptors, and shut-off valves. M. Field instruments requiring power supplies shall be provided with local electrical shutoffs and fuses as required. N. Brackets and hangers required for equipment mounting shall be provided and shall be installed in a workmanlike manner and not inte�Fere with any other equipment. O. The Integration Subcontractor shall investigate each space in the building through which - equipment must pass to reach its final location. If necessary, the I�C Subcontractor shall be required to ship material in sections sized to permit passing through restricted areas in the building. The Integration Subcontractor shall also investigate and make any field modifications to the allocated space for each cabinet, enclosure, and panel to assure proper space and access (front, rear, side). P. The shield on each process instrumentation cable shall be continuous from source to destination and be grounded only at the PLC as directed by the manufacturer of the instrumentation equipment, but in no case shall more than one ground point be employed for each shield. Q. Lifting rings shall be removed from cabinets/assemblies. Hole plugs the same color as the cabinet shall be provided for the holes. R. The 18�C Subcontractor, acting through the General Contractor, shall coordinate the installation, the placing and location of system components, and their connections to the process equipment panels, cabinets and devices, subject to the Owner's Representative's approval. The Integration Subcontractor shall be responsible for ensuring that all field wiring for power and signal circuits is done correctly in accordance with best industry practice and provide for all necessary system grounding to ensure a satisfactory functioning installation. The General Contractor hereunder shall schedule and coordinate his work under this Section with that of the electrical work specified under applicable Sections of Division 16. 3.03 CONTROL SYSTEM DIAGRAMS AND DETAILS A. To assist the I& C in determining the scope of work, a series of loop diagrams and details are provided. Unless specifically stated otherwise, the I& C shall be responsible for Instrumentation — General Provisions 13300-13 providing all instrumentation, control equipment, and auxiliary devices necessary to perForm the functions specified herein and as shown and described on these diagrams. Any auxiliary devices such as lightning/surge protectors, relays, timers, signal isolators, signal boosters, etc. which are necessary for complete operation of the system, or to perForm the functions specified, shall be included whether or not they are specifically shown or tabulated on the loop diagrams. B. The intent of the loop diagrams (as shown in the Drawings) are to describe in as much detail as possible, the hardware, software and functional requirements of a process measurement and control system. They are not intended to convey requirements for conduit and wiring between panels or system components. This information is included in appropriate electrical specifications and Drawings. Any additional wiring or raceway required for a fully operational system shall be provided at no additional cost to the owner. 3.04 MANUFACTURER'S SERVICE A. Provide manufacturer's services for testing and start-up of the equipment as listed in each individual Specification Section. B. Testing and startup shall not be combined with training. Testing and start-up time shall not be used for manufacturers warranty repairs. 3.05 TESTING A. Test systems and equipment furnished under Division 13 and repair or replace all defective work. Make adjustments to the systems and instruct the Owner's personnel in the proper operation of the systems. B. Make the tests and checks prior to energizing instrumentation equipment in accordance with the paragraph on Test and Settings, and the individual Specification sections. C. Testing shall be scheduled and coordinated with the Owner/Owner's Representative at least two weeks in advance. P�ovide qualified test personnel, instruments and test equipment, including manufacturer's services, as specified in the individual Specification sections. D. Where test reports show unsatisfactory �esults, the Owner/Owner's Representative may 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. 3.06 TRAINING A. The Contractor shall provide manufacturer's training as specified in each individual section of the Specifications_ B. All the trainings shall be planned for morning and afternoon Electrical and Mechanical staff as well as day and night Operators. C. All the trainings shall be planned for two days, two trips dedicated for training. D. The Contractor shall provide training agenda for each training session, and also a daily rate for additional training. END OF SECTION Instrumentation — General Provisions 13300-14 SECTION 13302 INSTRUMENTATION TESTING AND SYSTEM COMMISSIONING PART 1 GENERAL 1.01 REQUIREMENTS AND RESPONSIBILITIES A. Contractor shall be responsible for providing all labor, materials, equipment, and incidentals necessary to perform and coordinate the system check-out and startup, commissioning, and field testing of the instrumentation and control system. B. Contractor shall retain the services of the Instrumentation and Controls (IS�C) Subcontractor, and the ASP (HSQ) to supervise and/or perform the requirements of this section. As part of these services, the I&C Subcontractor and/or the ASP (HSQ) shall include for those equipment items not manufactured by him the services of an authorized manufacturer's representative to check the equipment installation and place the equipment in operation. Tfie manufacturer's representative shall be thoroughly knowledgeable about the installation, operation, and maintenance of the equipment. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 SYSTEM CHECKOUT AND START-UP A. Contractor, the I&C Subcontractor, and/or the ASP (HSQ) and other instrument suppliers as applicable, shall per%rm the following: 1. Check and approve the installation of all instrumentation and control components and all cable and wiring connections beiween 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 sta�tup. C. Contractor and/or system supplier shall be responsible 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 Owner's Representative certified calibration/recalibration (for existing Instruments) reports for field instruments and devices 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 Owner's Representative. See the end of this section for the Calibration / Recalibration form. Instrumentation Testing and System Commissioning 13302-1 E. Contractor shall furnish to Owner's Representative two copies of an installation inspection report certifying that all equipments has been installed correctly and are operating properly. The report shall be signed by authorized representatives of both Contractor and the system supplier. 3.02 COMMISSIONING A. Following the instrumentation and control system checkout and start-up, Contractor, under the supervision of the system supplier, shall perform a complete system test in the presence of the Owner's 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 can only begin when all instruments and control panels are installed, wired and previously tested by the Contractor, in accordance with Paragraph 3.01 of this section. 2. All spare parts must be on site and accepted prior to Commissioning. 3. Contractor shall submit to the Owner's Representative a schedule for Commissioning, including a proposed start date, at least three weeks in advance. B. Commissioning shall include, 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 all 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 Owner's Representative'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 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 full range to verify proper response on graphic displays, reports, and in automatic control algorithms. 3. All digital and analog outputs shall be forced to verify proper control operation. 4. Communications, including PLC data highway, computer local area network, PLC remote 1/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. Instrumentation Testing and System Commissioning 13302-2 6. All automatic control algorithms shall be completely tested over various ranges and input conditions to verify proper operation. Graphic displays shall be obsenred to verify proper response to automatic control operations. 7. All historical data collection, trending, computation, totalization and reporting functions shall be checked and tested to confirm proper operation and accuracy of the data. E. Any defects or problems found during the Commissioning 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 functions, the Instrumentation and Control System including field sensors/transducers and instruments 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 Owner's Representative agree that the Field Test can begin. 3.03 TESTS (GENERAL) A. The I&C Subcont�actor and the ASP (HSQ) shall test all equipment at the factory prior to shipment. Unless otherwise spec�ed in the individual speci�cation sections, all equipment provided by the Integration Subcontractor shall be tested at the factory as a single fully integrated system. B. As a minimum, the testing shall include the following: 1. Operational Readiness Tests (ORT) 2. Functional Demonstration Tests (FDT) 3. 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 subsystem's producing the correct result (effect), the specific test requirement shatl be satisfied. D. All tests shall be conducted in accordance with prior Owner's Representative 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 satisfactory completion. E. Copies of these sign off test procedures, forms, and check lists will constitute the required test documentation. F. Provide all special testing materials and equipment. Wherever 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 suitable means of simulation. Define these simulation techniques in the test procedures. G. The General Contractor shall require the Integration Subcontractor to coordinate all testing with the Owner's Representative, all affected Subcontractors, and the Owner. H. The Owner's Representative reserves the right to test or retest all specified functions whether or not explicitly stated in the prior approved Test Procedures. The Owner's Representative's decision shall be final regarding the acceptability and completeness of all testing. No equipment shall be shipped until the Owner's Representative has received all test results and approved the system is ready for shipment. Instrumentation Testing and System Commissioning 13302-3 K. The Integration Subcontractor shall furnish the services of servicemen, all special calibration and test equipment and labor to perform the field tests. �. Correction of Deficiencies 1. All deficiencies in workmanship and/or items not meeting specified testing requirements shall be corrected to meet specification requi�ements 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. 3.04 OPERATIONAL READINESS TESTS (ORT) A. Prior to startup and the Functional Demonstration Test, the entire system shall be certified (inspected, tested, and documented) by the 18�C Subcontractor and the ASP (HSQ) 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 Owner's 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 Integration Subcontractor: 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 f. Calibration/adjustment — Check offs/sign offs for the loop g. Panel interface terminations h. 1/O 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 Integration Subcontractor: 1) Project Name 2) Loop Number 3) Component Tag Number of UO 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 (direcUreverse) control Modes (PID) e) Switching Elements: Unit range, differential fl (FIXED/ADJUSTABL.E), Preset (AUTO/MANUAL) Instrumentation Testing and System Commissioning 13302-4 g) I/O Modules: Input or output 2. Calibrations: a. Analog Devices: Required and actuai inputs and outputs at 0, 50, and 100 percent of span, rising and falling b. Discrete Devices: Required and actual trip points and reset points c. Controllers: Mode settings (PID) d. I/O Modules: Required an actual inputs or outputs for 0, 50, and 100 percent of span, rising and falling. 1) Provide space for comments 2) Space for sign off by the Integration Subcontractor. 3. The General Contractor shall require the Integration Subcontractor to maintain the Loop Status Reports and Component Calibration Sheets at the job-site and make them available to the Owner's Representative/Owner at any time. 4. These inspections and tests do not require witnessing. However, the Owner's Representative shall review and initial all Loop Status Sheets and Component Calibration Sheets and spot-check their entries periodically and upon completion of the Operational Readiness Test. Any deficiencies found shall be corrected. 3.05 FUNCTIONAL DEMONSTRATION TEST (FDT) A. Prior to startup and the 30-Day test, the entire installed instrument and control system shall be certified by the 18�C Subcontractor and the ASP (HSQ) 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 Integration Subcontractor and the Equipment suppliers. 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 factory tests shall be made available to the Owner's 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 Owner's Representative at the job-site both before and during testing. E. The daily schedule specified to be followed during the factory 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 3.06 30-DAY SITE ACCEPTANCE TEST (SAT) A. After completion of the Operational Readiness and Functional Demonstration Tests, the Integration Subcontractor and the ASP (HSQ) shall be responsible for operation of the entire system for a period of 30 consecufive days, under conditions of full plant process operation, without a single non-field repairable malfunction. Instrumentation Testing and System Commissioning 13302-5 B. During this test, plant operating and Integration Subcontractor personnel shall be present as required. For this test, the Integration Subcont�actor 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 plant operating personnel shall be allowed to operate equipment associated with live plant processes. D. Any malfunction during the tests shall be analyzed and corrected by the Integration Subcontractor. The Owner and/or Owner's Representative 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 Integration Subcontractor personnel, or more than two similar failures of any duration, will be considered a non-field-repairable malfunction. F. Upon completion of repairs by the Integration Subcontractor, the test shall be repeated as specified herein. G. In the event of rejection of any pa�t or function, the Integration Subcontractor shall perForm repairs or replacement within 90 days. H. The total availability of the system shall be greater than 99.5 percent (99.5%) during this test period. Availability shall be defined as: Availability =(Total Testing Time-Down Time) / Total Testing Time 1. Down times due to power outages or other factors outside the normal protection devices or back-up power supplies provided shall not contribute to the 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. Instrumentation Testing and System Commissioning 13302-6 CALIBRATION CERTIFICATE Tag Number/Loop Number: Loop Description: Instrument Location: Manufacturer: Model Number: Adjustable Range: Calibrated Range: Remarks_ Installation Per Manufacturer's Requirements? Yes Installation Per Contract Documents? Yes If "No", explain: Calibration Test: (nput (Units) Output (Units) 0% 25% 50% 75% 100% . Accuracv Switch Test: Switch Point Switch Point Settinq Deadband Upscale Downscale Setpoint 1 Setpoint 2 Setpoint 3 1 hereby certify that the above information is correct and accurate, to 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 acceptance of any work or instrument supplied as a part of this Contract. Contractor's Signature: Date: END OF SECTION Instrumentation Testing and System Commissioning 13302-7 SECTION 13305 APPLICATION SERVICES PROVIDER PART 1 GENERAL 1.01 SCOPE OF WORK A. A pre-approved Applications Services Provider (ASP) shall furnish all services defined herein and in accordance with other specification sections as listed below under Article 1.3, Related Work. The ASP shall be HSQ. B. The ASP shall provide all applications programming, and services required to achieve a fully integrated and operational system (PLC, Radio and SCADA HMI). The ASP shall coordinate the control system for proper operation with related equipment and materials furnished by other suppliers under other sections of these specifications and with related existing equipment. C. All equipment shall be controlled in full conformity with detail Contract Drawings, specifications, the Engineer data, instructions, and recommendations of the equipment manufactu�er. D. To facilitate the Owner's future operation and maintenance, (PLC) programming, Radio and SCADA HMI operator interFace development, product services shall utilize standards as agreed upon by the Owner and Owner's Representative. E. The existing facilities work shall be included in the scope of work of the ASP. All such work shall be coordinated with its operating personnel to minimize impact on its daily operation. F. Supplementing this section, the Contract Drawings and related specification sections provide additional details showing Instrument device schedules, functional requirements of the system, and interaction with other equipment. G. The ASP shall coordinate and schedule all testing procedures with the General Contractor, Owner's Representative, and Owner. H. The ASP shall coordinate and schedule all testing procedures for the PLC, Radio and SCADA HMI of existing facilities with the Owner's Representative and Owner. 1.02 SOFTWARE LICENSING A. The Application Senrice Provider ASP shall provide the following licenses for the programming: 1. All the required Programming Software and l.icenses for the PLC, Radio, and SCADA HMI. 1.03 RELATED WORK A. The ASP shall provide all programming services in accordance with the requirements defined in the following speci�cation sections to ensure that a single, coordinated system is supplied. Divisions requiring coordination shall include, but not be limited to, the following: 1. Division 01 — General Requirements 2. Division 11 — Equipment 3. Division 13 - Instrumentation 4. Division 15 — Mechanical Application Services Provider 13305-1 5. Division 16 - Electrical B. The ASP shall coordinate with all equipment suppliers, Mechanical Subcontractor, Electrical Subcontractor, Instrumentation and Controls (1&C) Subcontractor, and General Contractor for this Project. 1.04 COORDINATION MEETINGS A. Refer to 13300 and as listed herein. B. The ASP shall hold a project coordination meeting within thirty (30) days of the notice to proceed. The purpose of this meeting is to gain a full understanding of the project. The ASP shall submit an itemized list of information required to create a draft submittal of the project. This list shall be submitted a minimum of seven (7) days before the field trip below. C. The ASP shall conduct a minimum one (1) day Field trip. The purpose of the site visit is to collect required data for the draft submittal. The following data will be provided to the ASP: 1. Current HMI Screens and related data. 2. Items from the submitted itemized list from above. D. The ASP shall conduct formal meeting before existing facility is upgraded. The meeting shall include a full review of the project plan and coordination with the Owner. E. Periods when specific facilities can be shutdown to facilitate software downloads and startup/commissioning will be required and shall be coordinated with the Owner. Any physical locking out of equipment will need to be coordinated with the Contractor and the Owner. 1.05 SUBMITTALS A. The ASP shall submit shop drawings in accordance with Division 01. These shop Drawings shall fully demonstrate that the services to be furnished will comply with the provisions of these specifications and shall provide a true and complete record of the work as delivered. Each submittal shall be securely bound with an index and sectional dividers. Drawings shall be reduced to a maximum size of 11-in x 17-in for inclusion within the D ring (1" maximum) binder. Separate submittals shall be as follows: 1. Project Plan. 2. Process Control Strategy and Operator Interface 3. Programmable Logic Controllers 4. Testing 5. Training 6. O & M Manuals B_ Submittal Descriptions 1. Project Plan a. Refer to Section 13300. b. The project plan submittal shall be submitted by the ASP and shall in a draft form within 30 days of the completion of the initial project coordination meeting as indicated in 1.4 above_ This submittal should include the following as a minimum: 1) Database list examples. 2) New Graphics screen examples for SCADA HMI. 3) A Master schedule for the existing facility to include: a) Display list. b) Database of new tags. Application Services Provider 13305-2 c) C�oss-reference of the new tag with PLC registers data type, description, etc. d) Network configuration (IP addresses, Machine names). 2. Process Control Strategy and Operator Interface a. The process control schemes shall be developed in IEC 61131-3 Standard Language (functional block type) diagram presentation based on information from the Specifications. The diag�am shall be the following: 1) Brief scope of the Control Function 2) Listing of all scanned inputs to the control function 3) A short narrative of the control strategy 4) Any assumptions made in developing the program. 5) I/O database listing showing all field inputs and outputs (i.e., AI, DI, AO, and DO) associated with the control function. 6) Listing of all operator inputs/outputs to and from the control function_ Any special CRT displays related to the function shall be illustrated. A description of the operation of any panels shall be described as it relates to the control function. 7) Cross reference list of all I/O showing to which 1/O modules or software modules they are linked. 8) Failure contingencies shall be described in detail. b. This submittal shall cover the entire associated program (function block diagrams, script language, etc.) developed under this Contract required to implement the control functions specified. c. The annotated program shall be submitted in 11x17 inch format and as electronic format on CD-ROM for all logic developed. In addition, each network or piece of Logic shall be annotated so that a non-technical person can read and easily comprehend what control function the Logic or network is performing. d. This submittal shall also include copies of the PLC I/O configuration tables, I/O reference usage table. In addition, any special switch settings or hardware configuration requirements such as communications port configurations shall be described in detail and submitted. e. This submittal shall cover the specific plant control schemes as well as the details of the plant process graphic displays. f. The submittal shall contain all logs and process graphic displays. The specifics of what shall appear on each display and what calculations are required to support them shall be developed and submitted. g. Submitted process graphic displays shall be no less than 8'/2 inches by 11 inches and in full color. h. Each system point shall have the capability of being stored historically for an indefinite period of time. Each system point shall be capable of being changed. Each system point's raw value (not averaged value) shall be available for trending. The raw value must be stored historically for reporting with or without scaled value. i. A complete listing of all signals to be collected for long term historical information shall be provided. This listing shall include frequency of data sampling and duration for which the data shall be immediately accessible. j. The ASP shall hold workshop to solicit Owner's Representative/Owner's input prior to submitting database, trends, graphics, and control strategies. Display generation, programming, etc_ shall not begin until standards have been agreed upon. 3. Programmable Logic Controller Submittal Refer to Section 13500 and 13300 4. Testing Submittal Refer to Section 13302. 5. Training Submittal Refer to Sections 13300 and 13302. Application Services Provider 13305-3 6. O & M Data Provide O& M Data per Sections 01 78 23, 10 78 39, and 13300. 1.06 REFERENCE STANDARDS A. instrument Society of America (ISA) 1. ISA S5.2 - Binary Logic Diagrams for Process Operations 2. ISA S5.3 - Graphic Symbols for Distributed Control/Shared Display Instrumentation Logic and Computer Systems. 3. ISA S5.4 - Instrument Loop Diagrams 4. Display Instrumentation Logic and Computer Systems B. American National Standards Institute (ANSI) 1. ANSI X3.5 - Flowchart Symbols and Their Usage in Information Processing. 2. City of Fort Worth Standard, Version Latest. C. Where reference is made to one of the above standards, the revision in effect at the time of bid opening shall apply. 1.07 QUALITY ASSURANCE Refer to Section 13300. 1.08 SYSTEM DESCRIPTION A. The ASP is responsible for providing all applications programming and configuration services for the new PLCs, Radio, related Plant SCADA HM1, to accomplish the control and monitoring functions as described in the contract specifications and drawings as detailed in 13300 and 13500. The ASP shall provide all programming functions including, but not limited to, control strategies, display and communications. 1.09 WARRANTY A. Provide equipment warranty per individual specification sections_ 1.10 SYSTEM FINAL DOCUMENTATION (provided by ASP) A. Prior to final acceptance of the system and owner training, ope�ating and maintenance manuals covering instruction and maintenance on each type of equipment shall be furnished in accordance with the Section 01 78 23. B. The instructions shall be bound in three-ring binders with Drawings reduced or folded for inclusion. As a minimum, the following information shall be provided: 1. A comprehensive index. 2. A complete "As Constructed" set of approved shop Drawings. 3. Full speci�cations on each item. 4. Detailed service, maintenance and operation instructions. 5. Special maintenance requirements particular to this system shall be clearly defined, along with special calibration and test procedures. 6. Operating instructions which incorporate a functional description of the entire system with references to the systems schematic Drawings and instructions. 7. PLC Programs as defined in 13500. 8. Operating instructions which incorporate a functional description of the entire system with references to the systems schematic Drawings and instructions. 9. Complete parts lists with stock numbers and name, address, and telephone number of the local supplier. Application Services Provider 13305-4 C. The final documentation shall be new documentation written specifically for this project, but may include standard and modified standard documentation. Modifications to existing hardware or software manuals shall be made on the respective pages or inserted adjacent to the modified pages. All standard documentation furnished shall have all portions that apply clearly indicated. All portions that do not apply shall be lined out. D. The manuals shall contain all illustrations, detailed drawings, wiring diagrams, and -- instructions necessary for installing, operating, and maintaining the equipment. The illustrated parts shall be numbered for identification. All information contained therein shall apply specifically to the equipment furnished and shall only include instructions that are applicable. All such illustrations shall be incorporated within the printing of the page to form a durable and permanent reference book. E. If the ASP transmits any documentation or other technical information which he considers proprietary, such information shall be designated on each individual page (paragraph if applicable)_ Pages that are not proprietary will not be labeled. Documentation or technical information which is designated as being proprietary will be used only for the design, construction, operation, or maintenance of the System and, to the extent permitted by law, will not be published or otherwise disclosed. F. The requirements for the final documentation are as follows: 1. As built documentation shall include all previous submittal, as described in this Specification, updated to reflect the as-built system as well as any corrections o� modifications to the System resulting from the Factory and/or Field Demonstration Tests. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 GENERAI.INSTALLATION Refer to spec Section 13300. 3.02 TRAINING (Provided by ASP) A. General 1. Provide detailed training manuals to supplement the training courses. The manuals shall include specific details of equipment supplied and operations speci�c to the project. 2. 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. 3. The Owner reserves the right to videotape all training sessions. All training tapes shall become the sole property of the Owner. 4. All the trainings shall be planned for morning and afternoon Electrical and Mechanical staff as well as day and night Operators. 5. All the trainings shall be planned for two days, two trips dedicated for training. 6. The ASP shall provide training agenda for each training session, and also a daily rate for additional training. B. Operator Training 1. Plant Operator field training sessions shall have the following characteristics: a. Plant Operator field training shall be structured specifically for operations-type personnel. The Operators will want to know how to run their plant using the Control System. How does one open or close a valve, turn on or off a motor, adjust a set point, etc. These are questions the ASP must be prepared to answer. Application Services Provider 13305-5 Training personnel shall be prepared to walk-through the logic used to control the equipment and how the Control System executes that logic. Training personnel shall be prepared to show the Operators how to operate the Plant from the Control System level in the event of Control Room equipment failure. Additionally, such topics as printing reports on demand, copying graphic displays, signing onto the system, creating graphic generated trends, etc. shall be discussed. b. The ASP shall, at a minimum, have the following teaching aids available for distribution during Plant Operator field training sessions: 1) Copies of all complete generated graphic displays and reports 2. Operator Interface Functions a. Provide a minimum of two separate 1-day training sessions as scheduled by the Owner for four of the Owner's operations personnel on the detailed operation of the SCADA control system and OIT. This training should be conducted within two weeks of the completion of the Functional Demonstration Test at a time suitable to the Owner. This training shall be provided at the Owner's facility and as a minimum include the following: 1) Specific training for the actual instrumentation configuration to provide a detailed understanding of how the equipment and components are arranged, connected, and set up for this Contract. b. Provide a minimum of four days of instructor on-call tutoring services. After the completion of the training sessions described above, the instructor shall be at the site to provide these services. END OF SECTION Application Services Provider 13305-6 SECTION 13310 INSTRUMENTATION EQUIPMENT 17T:ii�Crl��L��T\� 1.01 SCOPE OF WORK A. This section covers the furnishing, installation, and services for the field-mounted instruments and analyzers, major systems, panels, and subassemblies as detailed on the drawings and in the Loop Diagrams. B. Refer to Section 13300. 1.02 RELATED WORK A. Refer to Section 13300. 1.03 SUBMITTALS A. Refer to Section 13300. 1.04 REFERENCE STANDARDS A. Refer to Section 13300. 1.05 QUALITY ASSURANCE A. Refer to Section 13300. 1.06 MAINTENANCE AND TEST EQUIPMENT A. All spare equipment as called out in Division 13 shall be packed in a manner suitable for long-term storage and shall be adequately protected against corrosion, humidity and temperature. Individually mark and vacuum seal all spare parts. Provide other spare parts as indicated on the individual device specifications. 1.07 WARRANTY A. The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for finro years from date of acceptance of the equipment by Owner containing the items specified in this Section. 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 shall be perFormed by the Manufacturer at no expense to the Owner. PART2 PRODUCTS 2.01 I.EVEL INSTRUMENTS A. Ultrasonic Level Transmitter 1. Type a. Electronic pulse input b. Electronic analog output c. NEMA 4X stainless steel enclosure Instrumentation Equipment 13310-1 2. Function/PerFormance: a. Function: To receive the transducer input and provide a current output. b. Principle: To monitor the transducer echo and provide electrical pulses to the transducer. c. Input Power: 120 VAC. d. Output: 4-20 mA into 1 K ohm maximum, with HART. e. Accuracy: Current output one percent of selected full scale range_ f. Repeatability: 0.25 percent full scale. 3. Physical: a. Display: 4 digit �CD displayfor viewing parameters and operation data. b. Two (2) form "C" SPDT alarm relays rated at 250 VAC .5 Amps c. Level transmitter shall be programmed by entering all operational data via a removable non-intrusive infra-red programming module. d. Programming module shall be used to calibrate the transmitter and or review the operational parameters and measured values. e. Transmitter shall have EPROM memory and shall not require a battery to ensure protection of shared data. 4. Ultrasonic Level Element a. Type: 1. PVDF encapsulated sensor 2. Electronic pulse output 3. Bracket mounting 4. Teflon coated sensor (all chemical tanks). b. Function/Performance 1. Function: To sense variable liquid level in Class 1 DIV 1 group D location. 2. Principle: To pulse ultrasonic signals form the transducer toward the liquid and receive the echo measuring the time befinreen sending and receiving the pulse signal and proportioning that to the measured liquid depth. 3. Input Power: From transmitter 4. Range Capability: 1 feet to 36 feet 5_ Beam Angle: 6 degrees or less 6. Shall have integral temperature compensation unit. c. Physical 1. Housing: PVC completely encapsulated and submersible with aluminum outer cover shall be suitable for environment in which it is being used (Polyurethane-covered Aluminum). 2. Mounting: 2-inch NPT mounting. 3. Interconnecting Cable: 3 conductor shielded cable, furnished with sensor, length to suit installation. 5. Performance a. Accuracy. Current output 1 percent of selected full scale range. b. Repeatability. 0.25 percent full scale. 6. Manufacturer(s): a. Siemens HydroRanger 200 model. b. No approved equal. B. Float Switch - Fixed Mount 1. Type: a. Ball float switch. 2. Function/PerFormance: a. Differential: Less than one inch. b. Switch Rating: 20 amps at 120VAC, 10 amps at 240VAC. 3. Physical: a. Float Material: Polypropylene — 4 inches of diameter. b. Switch: Totally encapsulated mercury free switch. c. Cable: Heavy duty, PVC jacketed integral to float. Instrumentation Equipment 13310-2 4. Options/Accessories Required: a. Provide EPDM rubber hardware. b. �ead wire shall be a waterproof cable of sufficient length so that no splice or junction box is required. 5. Manufacturer(s): a. Flygt ITT Industries b. Contegra FS-90 c. Approved Equal. C. Weighted Float Type Level Switches 1. Type: a. The switch assembly shall be weighted and suspended on its own cable_ 2. Function/Performance: a. Temperature Rating: 0-50 degrees C. b. Contact Rating: Up to 250V AC/DC, and 8 amps AC, 5 amps DC. c. Contact Arrangement: Form C contact which is field selectable normally open or closed. 3. Physical: a. Contact: Sealed mercury free switch housed in a chemical-resistant polypropylene or Stainless Steel casing. b. Flexible Support Cable: Synthetic three wire cable, minimum 19 AWG wire. c. Specific Gravity: Match to fluid being measured. 4. Options/Accessories Required: a. Provide flexible support cable of sufficient length to ensure no splice or connection is required in the wetwell. b. Provide junction box outside the wetwell for connection of cable. c. Provide stainless steel supports/mounting accessories as required. 5. Manufacturers: a. Contegra FS-90 b. Flygt Model EMH-10. c. No approved equal. 2.02 PRESSURE INSTRUMENTS A. Pressure Gauge 1. Type: Bourdon tube actuated pressure gauge. 2. Function/Performance: Accuracy plus or minus 1.0 percent of span or better_ 3. Physical: a. Case: 316 stainless steel for surfaceJstem mounting with a pressure relieving back. The case shall be vented for temperature/atmospheric compensation. Gauge shall be capable of being liquid filled in the field or at the factory. b. Window: Clear acrylic or shatter proof glass. c. Bourdon Tube: 316 stainless steel. d. Connection: 'h-in NPT. e. Gauge size: Minimum 4.0 inches viewable. f. Pointer travel: Not less than 200 degrees or more than 270 degree arc. g. Range: As indicated in the instrument device schedule. h_ Shall be installed with a diaphragm seal as appropriate for the process fluid. 4. Accessories/Options Required: a. Shutoff�valve: Each gauge shall have a process shutoff valve which can also be used as an adjustable pressure snubbe�. b. Special scales: Owner's Representative reserves the right to require special scales and/or calibration if the manufacturer's standard is not suitable for the application_ c. Gauges listed as liquid filled in the instrument device schedule shall be liquid filled at the factory. Instrumentation Equipment 13310-3 Manufacturer(s): a. Wika b. Winters b. Ashcroft b. Ametek/U.S. Gauge Division c. Approved equal. B. Diaphragm Seal - Threaded 1. Type: a. Thread attached. b. Welded Metal Diaphragm. c. Exposed Surfaces — Titanium or PVC as propriety of the process fluid. 2_ Function/Performance: a. Purpose: To protect instruments or gauges from the process medium. b. Operating Principal: A flexible diaphragm separates process medium and instrument element. Space on instrument side of diaphragm shall be completely filled with a suitable silicone or instrument oil. The process pressure is transmitted by the liquid filled system to the instrument element. c. Filling Screw: Include on all units. d. Pressure Limits: 1,000 psi. e. Flushing Connection: Include on all units. f. Capillary tubing as required. 3. Physical: a. Housing: Titanium, Tantalum or PVC as propriety for the process fluid. b. Diaphragm: Tantalum as propriety for the process fluid. c. Exposed Surfaces: Titanium Tantalum or PVC as propriety for the process fluid. d. Bolts and Nuts: 18-8 stainless steel or 316 stainless steel or as propriety for the process fluid. e. Capillary: 1/4-in Fluoropolymer tubing as propriety for the process fluid. 4. Manufacturer(s); a. Wika b. Winters c. PCI instruments d. Approved equal. 2.03 PEDISTRIAN GATE INTRUSION SWITCH A. Intrusion Switch 1. Type: Magnetic gate switch with reed assembly. 2. Function/Performance: Detect when the gate status. 3. Physical: a. Case: The sensor has two pa�ts the switch and the reed switch assemble. Both parts are heavy cast aluminum housing_ b. Operating gap: minimum 2 inches. c_ Lead type: minimum 3 feet stainless armored cable. d. Output: Open or closed SPDT. e. Voltage: 24 VDC max_ f. Current: 0.25 A max. g. Power: 3_0 W max_ 4. Manufacturer(s): a_ GE Interlogix model 2200 series Magnetic Contacts b. Approved equal. Instrumentation Equipment 13310-4 PART 3 EXECUTION 3.01 INSTALLATION A. Install all equipment and components in accordance with the Contract Documents, approved Shop Drawings, and installation instructions furnished by the MANUFACTURER. 3.02 INSTRUMENTATION: FIEL.D TESTING A. The instrumentation manufacturer shall furnish the services of a competent service Enginee�, who shall have had a minimum of five years experience in the installation, adjustment, and operation of the equipment that is being furnished under this contract. This service is to ensure proper installation and adjustment of the instrumentation, instruct personnel in proper operation, maintenance, and care of the equipment, for making operation tests of equipment, and recommendations for obtaining the most efficient use thereof. B. The service Engineer shall arrive at the site after the instrumentation installation but prior to testing and start-up. He/Her shall verify the proper installation, alignment, wiring, and connection of all appurtenances prior to start-up. He/Her shall be present during testing and start-up and shall certify to the Owne� in writing that the instrumentation has been properly installed and operate satisfactorily. C. The minimum time required to be on-site, not including travel time, is as follows: 1. Check installation 1/2 day minimum 2. Equipment start-up and testing 1/2 day minimum D. Field-Testing: The following tests shall be performed on the instrumentation after installation in the field. 1. Monitor equipment during startup and commissioning to record operating conditions and operating indications. 2. Submit test report and all recorded field data. Submit copies of the raw data recorded in the field, signed by the person recording the data, and typewritten reports certified by the Contractor. The equipment will not be accepted until the reports are submitted and approved. E. Inspect for unusual mechanical or electrical noise or signs of improper operation during initial test run. 3.03 MANUFACTURER'S CERTIFICATION A. A qualified factory-trained manufacturer's Engineer shall certify in writing that the equipment has been installed, adjusted and tested in accordance with the manufacturer's recommendations. B. The Contractor shall provide three (3) copies of the manufacturer's service Engineer certification_ 3.04 TRAINING A. Provide manufacturer's services for training of plant personnel in operation and maintenance of the equipment furnished under this Section. Instrumentation Equipment 13310-5 B_ The training shall be for a period of not less than three (3) four hour sessions for four (4) of the owner's personnel in each session. The first hour shall consist of classroom instruction on the theory and operation of the instrumentation supplied 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 di�ectly related to the equipment being supplied. D. Provide detailed 08�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. END OF SECTION Instrumentation Equipment 13310-6 � � 0 � co � N N N N N N N N N N N N N N N N 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 � � � � � � � � � � i � i r--i i--i r-i h-i �--� �-t �--r �--� �--i r--� r--� r-y r-1 r--i �-r i--� J--� .� , 1 � � �1 -f� � @ � F-1 ^ .�-� .-� H yF--�1 � `� � � � � ,--� .--� .--� � .� .-+ .-, .-, .-a .--� .� .--� � .'...� -F-� T-f�� � � V1 � N C�' � 0 ' � �-+ N '��� � z z � .� � � � � � � ��� � � Q � � � > �: � � � � �n a� a� � •.. a� o v� � �a�� � � '� �� � � d � '" �, � o � o � � o � N � �x ,��U�U �'� ��� � � � �,,�,,�wcz! �, � �� �� x� o 0 0 0 0 0 0'd �•� �� � �;�, ; �ZZZZ � � �'� ow�w � � � a��i o � � � � � � � � vi vi � � ,� �a3 csawwa�.,w���a¢d�� � � �n �D O O�--� � N N O O O O�n v� �1 v� O O�--� O N N N N M M M� N N M cn � •--� �--� ,--� .--� .--� .--� .--� .--� .--� ,--� ,--� '-. r-+ .—� �--� ,-� U tC3 4� � � ..r_/.,� vJ � N N L L L Ly 3 0 0 0 V_ ` O O y ++ �-a �+ z z � R f�6 tL6 � � v � � ; +��+ +��+ � ��-i c-i N N � N U1 v tA cn ��� 0 z O O O O('� ('j (j' � N cn �� L Z Z Z Z Q Q Q� 1- F- �� v`�i v�i + � Q Q Q. Q��� 3¢¢ cn �n � c°3i `n 3���� Yi v v"i U U>> v v� ����� ca ca �v f- F- Q Q � m a a a a m m m��� oc � SECTION 13500 PROGRAMMABLE LOGIC CONTROLLER SYSTEM PART 1 GENERAL 1.01 SCOPE OF WORK A. CONTRACTOR and equipment manufactures shall furnish all labor, materials, and components, and shall provide all design, assembly, hardware configuration, testing, and start-up services required to provide a complete and operational programmable controller system as specified and shown in the Contract Documents. This system shall hereby be referred to as the Programmable Logic Controller, or PLC. The system includes, but is not necessarily limited to the following: 1. Processor. 2. I/O modules, chassis, and power supplies. 3. Cables, power supplies, etc. 4. PLC system detailed design, assembly, programming/configuration, installation, testing, and start-up services. B. The PLC system configuration as described in the Contract Documents was developed to list the major elements. Some variations in the configuration will be considered provided the physical and functional constraints as intended for the various system components are met_ Complete PLC system design, I/O configuration, module/rack arrangement, construction, and additional coordination shall be provided by the Manufacturer. The CONTRACTOR shall furnish and install all equipment, labor, materials, appurtenances and services required to accommodate and fully integrate the PLC into the Instrumentation and Control System. The Plant SCADA System PLC, radio and HMI programming will be by the Applications Services Provider as per Specification 13305. C. The CONTRACTOR shall supply and submit a contiguous block of read / write registers within the PLC for interfacing to the SCADA system. The block shall be readable via the Modbus/TCP protocol in the 4xxxx range. The block shall be divided in two parts, first shall be for commands from the SCADA system and the second for monitoring of status. The list shall be submitted with the I/O submittal as defined in section 13300_ D. The CONTRACTOR shall retain ultimate responsibility under this Contract for equipment coordination, installation, operation and guarantee, and the CONTRACTOR shall furnish and install all labor, equipment, materials, appurtenances, specialty items and services not provided by the SUPPLIER but required for a complete and operable system. The equipment covered by this specification is intended to be standard equipment of proven ability as manufactured by reputable concerns having extensive experience in the production of such equipment. The equipment furnished shall be manufactured and installed in accordance with the best practice and methods, and shall operate satisfactorily when installed to meet the requirements of the Contract Documents. E. Related work specified elsewhere that shall apply to all equipment, materials, labor and services furnished under this Section shall include, but not be limited to the following: 1. Division 01 General Requirements. 2. Division 11 Equipment. 3. Division 13 Instrumentation. 4. Division 16 Electrical. F. The MANUFACTURER of the equipment specified herein shall be required to review and satisfy all relevant requirements of other Sections of the Contract Documents and the Programmable Logic Controller System 13500-1 requirements of the Contract Documents. The CONTRACTOR, MANUFACTURER, SUPPLIER, fabricator and/or subcontractors furnishing and/or installing equipment, services and specialties associated with this Section shall fully coordinate their efforts to avoid potential claims that are based on failure to review all relevant Contract Documents, including the Contract Documents. 1.02 SUBMITTALS A. Comply with the requirements of Section 01 33 00 Submittals and Section 13300 Instrumentation and Control System General Requirements. 1.03 EQUIPMENT DELIVERY, HANDLING, AND STORAGE A. Comply with the requirements of Section 13300, Instrumentation and Control System General Requirements. PART 2 PRODUCTS 2.01 P�C SYSTEM GENERAL REQUIREMENTS A. Provide a complete PLC system capable to communicate to its extension rack and to the Plant SCADA and Plant Network. The PLC system shall consist off as a minimum but not limited to: input/output modules, power supplies, and components to meet the operational requirements of the Contract Documents. The PLC equipment shall be housed in a front access, NEMA 4X 316L Stainless Steel enclosure as indicated in the Contract Documents. B. Subject to compliance with the Contract Documents, the following Manufacturers are acceptable: 1. HSQ 25X86 Logic Processor. 2. No Equal. The PLC CPU shall be programmed with HSQ developed software. C_ Input / Output Board 1. The Contractor shall add the required PLC Input and Output boards to control and monitor the Lift Station. D. Radio Communication Device 1. The Lift Station PLC shall communicate to City of Fort Worth Main SCADA Office for monitor and control purposes. 2. The Radio device Manufacturer shall be MDS model 9710A with no approved equal. 3_ The Contractor shall perform Path communication case study between the Lift Station and City of Fort Worth Main SCADA System, to determine exact antenna height required for a clear line of sight and good reliable communication path, and submit it to the Owner and Engineer for approval. 4. The Contractor shall be responsible to coordinate with the Radio Tower manufacturer to design the proper Radio Tower concrete base. The Contractor shall provide a submittal for approval from the Owner and Engineer prior to start the construction of the Radio Tower_ The Radio Tower shall be manufactured by Rohn and no approved equal. Programmable �ogic Controller System 13500-2 Cezae Hi¢hway Deyertncent Sheet Z o£ �— ?orm 613 .4eF_ d'°8. ' � DRILLiNG !OG �oar_tp Tarrant "�tr„��.e Lake Worth Bridge District No. 02 3i�-�,wayNo. SH 199 RoleNo SH I99 ��3 �ate 11-9-83 C �t 171-5 ��a�o� 440+OQ Grd. Elev. 6I3. 2 PE ��-1- Loc. from Centerline Iti. T•t.�� • 0� Grci. Water'Elev 589 • 2 ELEV. '� LOG THD PEN. TE9T MFyTg�ty * � NO. OF BLOW9 DEBCRIPTION OF MATERIAL . OF (RT.} lat 6" 2nd 6,. C0Y2ING . `�8; SAND, lt, grayish tan & orange, compacted, hard, moist;�= � >-_`�;.: w/interbedded seams of soft, ligh�ly cemented; � - _ 50/� 50/0 tan & orange sandstona �,' Q.': ; - �33 • 2. 8Q �b: 50/4 SO/4 ,. ( � , , . ' '..^ 1..:.. F��. ��:::., � � ' � °REMAFtKS: Hole dr Hold dr I— bv Baker & ShifTett, Inc., Fort Worth, Texas to de�th of 80.0 ft. `� Driller �eorge ��haw Logger David I�. Webb TitIe �terials Analyst I:� ' 7Indicate �ach toot by shadinS for core :ecovery, Ieaving blank Sor no care recovery, and crossing {X) ior undisturb_d iaBoraiory samDles taken. �LATE B_6 - FOTE: Refer to Foundation Ezploration and 33esign 1KanusI 3or directions in iilling out ihie iorm. For disEribntion, 3orward one copy to tne Bridge Diviaion (D-b7 and one copy to the Materials and Teats Division (D-9) Sf samDies are submitted and make a note of same on D-b copy_ 2ezae Hi;hwsy Department Sheet � Of Z Form 513 Rec. 4-63 a..�-+0 ' DRILEING COG Tarrant Lake Worth Bridge 02 County Stniciur istrict No Highway No RoIa No �� 199 4 �a�e T1-8-83 , Control 172-� Starion ��+�+60 Grd. Elev 613. 0 IPF 71�' Loe. from Centerline Rt- T�t.�._� � Grd. Water'Elev 5�% -� ELEV. '� LOG THD PFP7. TE9T METHOD .* iVO. OF BLOW9 DESCRIPTIOPI OP` MATERIAY OF (��.) 2st 8" 2nd 6" " CORING 613 . 0 p� BRZDGE DECK-TO WATER �LEVATION 0- Dry , � -- - - - - iih i 592.0 20 587 . 0 34 •. '-'F. YV .. 569.0 9 .10 :p� _ .._ 9 13 0 10- 20- WATIIt ��PT�-T0=2�I7DDY STLT - "' - - - - ,. _. . _ MLTD, silt, v�ery s�ndp_, e. & f;;'g.p. -gra'vel, dk. brotiin;- . v�ry_. so�<ty waterbearing, s�/c�.ay�y layers = - � 30- - . � � � �� � -��. �'. CI,AY, vexy sa�ady, reddish-brotm-& t;an, very soft, wet, _ oa% some gr,avel . . . _ - .� � 553. 0 sa ,:"=�,-'` 18 35 . � SAND, very gravelly, clayey, silty, gray, very soft; waterbearing, w/c.-to-f., g.p. gravel ' 25 17 70 �� � ? *REMARKS: Hole drilled bv Baker� & Shiflett, Ine. , Fort Worth, Texas Ha1e drilied t o d eFth of I00 . 0 f t. Drilier George Shaw �ggeT David L, Webb TitlP Materials Analyst II 7'Indieate each fooi by ehadin8 for core reeovery, leaving blenic ior no care tecovery, and croasing {X) ior undieturtied Iaboratory eampiea taken. ��T� $ 7 NOTEa Refer to Foundation ExploraLion and Deeign Man�e7 for dizectione in filiing out thie torm. For dietriAvtion, forward one copy to fihe 3zidge Diviaion (D-o) and one copy to the Materisls and Teata Division (D-9) if samples are enbmitted and make a note of same on D-6 copy_ Tezaa Highway Deyaitment Form 523 � Sheet Z O�� _ i?ev. 4-63 DRI�LING �.OG ;a�ty Tarrant 5���.P Lake Worth Bridge District No. 02 3� '�way No. SH 199 Iiole No- .�H �-99— ��4 natP 1I-8-83 . G. :ot 171-5 ���on 441-t-60 Grd.Eiev. 613.0 PE ��"�' Loc, iram Centerline Ri. T.t. �-9 • 0 t Grd. Water�Elev 587 . 0. ELEY. '� LOG THD PEN. TEST MI}THOD * � NO. Oi' BLOWB DESCRIPTION OF MATF.gIAL ' pg � CFT.) lit 6" 2nd 6" CORING 74 � � " 16 12 _ I $� , 5 8 — 529.0 � 9Q � I-513.�OQ 50/14 50/1 .,-. 50/� 50/� t�= : 50/i 50/4 •b O'� �5��4 50�4 , gray-to-tan, compacted, r�raterbea'ring, w/a 3" layer of hard, lt, tan sandston.e at 84.0' - Chrsts s = Bb1 ;;;= i- ,� � EtEMARKS: � i ._ drilYed by Baker & Sinifleti, Inc., Fort Worth, Texas drille to depth of 100. 0� ft . Driiler George Shaw 7 David L, Webb Materials Analyst ZI Qo o�r Tiile iIndicate eech %ot by shading ior eore recovery, Ieaving biank tor no care recovery, and crossinA t%) for undisturbe<3 laboratory samnIen cgken. �LATE 8.8 NOTE: Fefer to Foundation ExD?oraiion and Design Manaal tor directiona in filling out this ior�s. For diatributioa, Sorward oae coyy io tne Bridge Divieion {D-S) and one copy to the Materials and Tests Divieion (D-9) if samptes are snbmitted and make a note of eame on D-b copy. Tezae Highway Depnrtment Sheet � af z Form 313 Rcv.4-6�j,,....�.� - ` � DRILLING LOG � �a�� Tarrant StructurP Lake Wor th Br id g� n�strict No. 02 ]iightvay No SH 199 ole No. SA Z�9 -��� nate 11-7 -83 1 1-5 444+Od Grd. EIev 614 . 6 Cuntzol �tation _ IPE 71�' Loc. from Centerline Rt T.�,�-9 . 0 t Grd. Waier'Elev 585 . 6 EL&P. �' LOG � TIiD PEN. TEST * NO. OR BLOWB ���D DE6CRIPTZQN OF MATEEIAL OF � (Rg.) lst 8" 2nd 6" �R�� 614•b � 0 BRIDGE DECK-TO—WATER EZEVATION Q—Dry -. - _Bbl 10— � 585 . 6 30 WATER DEPTH-TO-MI7DDY SiZfi . . _ � �: MUD, si1t, �sand,� & C. F.f i.�_ g,p. gravz�l, dk. brown,. ' .°�� '�, verg so�t, waterbeariiig ci%clayey layers �'7,{•'a�� . � . .. � �:�. a� � . � �,�I�`6� � � ��� ��?�� ■-�q�b� � ��.���_ �i�v� 10 � 8 *R�MARKS: 20= . . CTAY, very sandy; gravel.ly, reddish-T�r.nwn & tan'; -soft, mQist � 50-� ��ND, clay�y, -lt, brownish-to-tar�., very so=t, waie�� - pearing - s .'�AND, elavep, gray, �ery soft, TtiTaterbeari.ng, w/some e,-to-f., g.p, gravel SAND,- ��/c. , g.p.. gravei, c3aYey, grav, very soft, water Drilier George Shaw Logger David L. Webb Tit�P TSaterials Anaivst II 7iadiaate each fooi by shadiag £or core rc-covery, Iesving btank for no core recovery, and crosaing {%) for undistvrbed laboratory sample� taken. PL4TE B.� NOTE: Refer to Foundation ExDIoraiion and Design bIanual for directions in filling out this Sorm_ For diatributian> forward one toDY tn tne Bri3ge Diviaion (D-6� and one copy to the Materials and Teats Division (D-9) if eamDies are snbmitted and make a note of same on D-6 copy. �.'essa Hi¢hway Deyartment ' $�Se2E �_Of 'Z 'orm 513 , i{ev. 4-83 . � - " DRtLLfNG ,�OG Lake Worth Brid e 02 A�� SH 19 Structure. g nisirici No. zi= ' way No. Nole No. �H �-99 ��'S �age i1-7-83 C�. .ol 17Z-5 Ctation 444-1-0d � Grd. Eiev. 614. 6 PE 711 Loc. from Centerlina Rt f,t 19• � r Grd. Water�Elev. 585. 6 : ES:EV, "�' LOG THD YEN. TEST METHOD � NO. OF BLOW6 DESCRIPTION OF MATERIAL OF (FT.) Lt 8" 2nd 8,• CORIPIG _ �O � a . � . _ . 1 , — t b : 7� s = �hYStS S �P ,^- =536.6 ��� _ Bbl �'i�' S0%b SQ�S �RAVEZ, c. g:p., very sandy, stiff, wet - 8r � �. �=- a�O ' _ 530.6 . '.' SQ/,1�' �0%1 _ - . .. .- . . : , �: . 4 _,:.; [� _ -:_ `� SAND, tan-to-lt. tan, compacted, waterbsaring I r ., 50J��. 50/4 _ 90, � - � : �. 50f � 54/4 = � .... .. .::.•.�. �14 . b '. SO J4 50I_fl _ �---- -100, ,;_ i _ I _ I = I = - � _ ; � = - . -, , , � �REMAR�S: Hole driZled tiy Baker & Shiflett, Inc., Fort TrTort , Texas Hole drilled. to d�pth of I00.0 ft, r� George Shaw Davi Z. We Materials Anai_�TT D_�_I�r T.�ggQr Title_ fiIndicaYe each foot by ahading for core recovery, leaving blank for no core recoverY, and czossing (Xj 3or undieturbed laboratorq eamples taken, p�TE B.1 O :IOTE: Refer to Foundation Ex�:oration ar.d Dasign Manual Sor di:ectione ia filling oext this iozm, For diatribution, torward one eopy to the Bridge Division (D-b) and one copy to the Materials and Teeta Division (A9) if samDles are submitted and make a note of same oa D-6 copy. 2ezas Hi¢hwny Deyartment Shee� � of�_ Form 513 Rev. 4-63 ��-��-�' 1 DRI�.LtNG ,LOG Taxranr 'Lake Worth Bri.dge 02 Connty Struciure District No HighwayNo. SH l99 13oleNo. S� 199 ��6 nat� 11-2-83 _ Contro� 171-5 ���on 447+20 Grd. Elev. 613 . 6 _ IPE �l�- Loc. from Centerline Ri T��E.�9 • �� Grd: Water'Elev 586 .1 ELEV. '� LOG THD PEN. TEBT METHOD * NO. OF BLOWB DE6CRIPTZON OF MATERIAL OF � �g�,� lst 6" 2nd 6" CORING 613.6 � HRIDGE DECK-TO-WATER ELEVATION Q- Dry � _ Bbl � 10 �592.6 20 I. 586.1 30 ; ��! �:i- � _.�,- r Y. 40 `z 575.6 '1-� �'. .. y� :1:., _ ��r_ �o � 6 4 ,;, ; C '��� �J�. 6 .. •a_,_. so 544.6 �o� *REMARKS: S ! 6 5�/1 50%2 Hole dr311ed by Hole dri.Iled to - .� 14- - '. - 2� -:l JATER DEPTfi-TO-MUDDY SILT - _ (. ND, silty9 sand, dk. browci, verq soft, waterbearing= _ - w/some �r, g.p, gravel 30_ = �:: - � . 40,� AND, silty, clayey, reddish-brotan & tan, very soft, wet� w/waterbearing Iayers & some f. gravel - 50- , c ayey, own.ish-tan, soft, wet, w waterbearing - layers - ' so= SAND, clayey, gray, very soft, waterbearing - & Shiflett, Inc., Fort Worth, of $5 . 0 ft . nrs b1 Driller Gebrge Shaw T_oapr Davi �. e T:�:p Material.s An.alyst IT �J� fIadicate each foot by ahading for aoxe recoverp, leaving blank for no core recovery, and crossinu (X1 for undieturbed Iaboratore samnles taken> ���E B•� 1 N01'F,: Beier io Foundatioa E:.p2aration sad D2sigrc ManuaI :o: directions iZ filling oui Ehie Yorm. For dietriunfion, iorward one copy io 4ae Bridge Division (D-6) and one copy to the Materisls and Teets Di»sion (D-9) if samp7es are snbmitted and make a note of eame on D-5 coyy. Cezaa H"i¢hway Depnrtment ?orm b13 ' Rev. 4-@3 DRi�.LING .�.OG $heet z of Z 7ounty Tarrant � Structure Lake Worth Brid�e nistrictNo. Q2 rP - way No SH I99 Roie No �H 199-�6 �tP 1;,1-2-83 G_oi 17I-5 Station 447+20 Grd.Elev. 613.6 PF �Il Loc, from Center2ine itt. Lt, �-9..0�� Grd. Water'Eiev- 58Fi�t 1 ELEV. '� LOG THD PEbi. TE3T MF1TgOD t � NO. OF BLOWS DESCBIPTION OF MATEIt1AL OR <FT.} Ia4 8" 2nd e" CORING �'p� • SAND, orange & 1t. tan, s3z,gbtly compacted, stiff, TC � _ SO/4 50/0 �o�st-to-waterbearing _ � - 50/4 ���4 8� - �528.b � . 90 � �.. . I, : t ,: i �� _�. _ REMAKKS: Hole drzlZed by Baker '& Shiflett Inc Fort iA7orth, Texas Ho1e drillec� to de th of 85.0 ft. _-.--____ Dr'ller George Shata i.�oao= David Z. Webb m;��o Materials Anaiyst TT #Indicate each foot by s4ading for coze recovery, Ieavin8 blank for no core recovery, and crossina (X) for undiaturbed lahoratory samplea taken. �LATE B.1 2 NOTE: itefar to Foundation Exploration and Desi�: 2danns2 Iar direetioas in :i11Eng out t�ia for�. For distrihution, 4orward one co�y to the Bridge Division (D-b) and one copy to the Materials and Tests Division (D-9) if samDles are submitted and make a note o1 same on D-6 copy. Te:u Hiyhway Depeztment $hee�_o�. Foin 523 g�c q�_� - DRILLiNG 3LOG Ta.rrant Lake Worth Brid e �2 C.a�ty �iructure g District No HighwayNo. SH 12-1 c: - -°,,,. `'. -� cHole No. �H 1 A9-��7 7late 11-1-83 _ 1�1-5 S��on 448+00 __ Grd.Elev. ��' �o' � Gontrol • - �,�, ` 1L Loc. from Cenierline R� T•t �� ,.(a.' Grd. `9ater�Elsv -"'� .' ELEV. '� LOG THD PEN. TEST MFYSHOD � N0. OF BLOVPB DE9CRIPTION OF MATERIAL OR � (FT.1 �t e" 2nd 8" CORII+TG ' 612.9 � � B�IDGE-DECK-�O-WATER LI,EVATION � b� - - _ � � _ �: 10 IO- - 5 91. 9 20 20— ATER-TO-�NDDY SIT�T 58 2 30 �. `. 30 : , s31ty, sasd, dk, broG�, very soft, �,raterbearing, - �� i;':` = w/a 24" layer of c., g, p, gra�zel & sand at 33 . 0' - Q=�� - `°a'' . - 57 3, 4'_ 40 p:4 •. 10 l� 4�= : !�; SAND, clayey .layers silty, reddish-brown & tan, soft, _ �Y ; moist-to-wet, w/some f. gravel & reddish-browi� - : ��:; � - 567.9 cla la er � _ SAND, clayey, brotanish-tan, very soft, wet w/water= ::� - - ' bearing Iayers - ' 6fl— so _ _5:e ; � — - . . 558.9 � 24 22 - -- � SAND, orange & tan, soft, waterbeari.ng = �50/2� 50/4 - 551..9 s� �:6� 60-'Ch.rstsn -•' SAND, orange-to-lt. tan, compacted, stiff-to-hard, - bl =��50/2 50/4 moist-to-waterbearing .�: ;.:-;."a . - :<� ::50/1 50/1 - �o � = - 4 4 i ?o- �xEDZARKS: Hole drilled b4 Baker � Shiflett, Inc , Fort Worth Texas - Hole drilied to depth of 75,0 �t. �i�2Z2= George Shaw �,��gEr �a��� � T, _ jJ��d Titl� Mazerials Analvst 11 #Indicate each foot by shadincr for core zecovery, leavina blank for no core recovery, and crossin¢ (X1 Sor undistuzbed laboratory esmplee tgxen. PLATE 8.1 3 IQOTJc^.: Refa-t W Foundation Exploration and a�esign hfannal for direcEions in iilIing ouE Ehis 3orm. For distriSvi.ion, forward one copy to ihe 15iIG$2 Division (D-6) and one copy to the Materials and Teeta Diviaion (D-9} if samqles are submitted and make a note of same on D-b copy. Pezan Hi¢hway DeDartment S`i70Et z Of "Z Fozm 623 Rev. 4-63 ' ' ` � DRtli.ING LOG Tarrant Lake Worth Brid e �2 �ourtp Structur 'strict No. , F way No- SH 121 c' ,-..- ... :--'-� =%uole No. SH 199— 7 Date —1— - C;�._�ro� 171-5 Statior 448+00 Grd. Elev. 6�'2: g :PE ��-1- Loc. from Centerline Rt. z�t �9 • � t Grd. Waier'Elev 5&2' 9 � ELEV; '� LOG TXD PEN. TE3T MFITHOD * NO. OF SI;OW$ DEBCRIPTI02d OR DdATEHIAL OF' {FT.) Irt 6" 2nd e^ CORING � ryo 3 1 7� � 537.9 54/14 50/2 • — �. — QQ• ��— �. _ I . � � . . i — 1 . - - � = ) � I = —r s 6Q-I � .: � : � 70 *REMARKS: . I^ Hole drilled by Baker & Shiflett, Inc., For� wortn, i�exas Hold driZled to depth of 75.0 ft. ,,,•. George Shaw � David L. Webb m,� riazer�d.s.s ru.a1y�� 1� +�I ltieP 1.�6y'�@'C s 14ic PLATE B.14 tr�a:�_eP <�ti �,...r r.o ar�_.�:.... ea_ _..._ ___...._., i�., o tii_„v e�= --_ _--- ----.�.. =� -'-------� �x1 ��_ _,.a;at„±t,�t tnhqrg�^7�' @RTIt?11Q� takc+a, NO�: Reier tu Fonndation Explozation snd Design Manval !or directions in fillinS out this torm. For distribution, iorward one coyy to the Bridge Diviaion (D-6� and one caDv tn the Materinls and Teats Diviaion (D-91 if samnles are subznitted and make a note o1 eame on D-6 copy. APPENDIX GC-4.04 UNDERGROUND FACILITIES (SUBSURFACE UTILITY TEST HOLE REPORT) . DATE:tO/15/2012 TIME:�1:18:22 AM USER: � � -- --- — — — — - i � � � =i _ - � c I ; �� ` ---,_—� ------ W � __. _.. _ ': _ --I _ # z 0 � -' Z 0 N n D r m o L D C, m� .. rT' �Z O = � � D �• N o� N C x � _ � � m , �..��� :�o�d ; o :' "ST�� .%'�: : vi . i �,�;'^ � v ' ••�'� `'� �, �, ;F � %Z:n °" � % %`-,n `°cnc���% � ; � • / �fZ:�O •C: :�i t o : � : •�. .. i 1 �,�; ., :-o : . d � t\i\\\` ` =�'� n � O m O T� � m � � � m z z D C� -i m m'^ T V . V r D Z z � N C� _ °D m �' m � � � .. � � 0° O � m N N � � � t7� O 0 � N � D 0 � � N m � � � m r � z m �rc�O'v"o �Ot/���7� -►��z00 -<D m��. - -iz�mm ,__, O .. � c� c� O " -� -i O z c •• z z � O ' � m T 1 1 D N n O r C D � D m cn -+ z � � z � � N O � C O W -i � ry m _ � N D m�� -� ��_ D p � � D Z � C C C C N --� �--� --I -� � i--� r r r r r � � � � � � � � n -< -< -< -c p z �cn-ioo D�-G�� -I N 'D Z -� mmmm� � .. .. � O � •• z � N � � � C7 C7 m =�-.=r v m D m cn -< � D �--� -p z m ma � r� �,�. � ��:�: } �. s,. � .:.:. . � `,� � � � i,'` � -�r t,' i �, 'U-IN D O C < � � r� � � O D m � c� z m --� c -i m -i �-• r = r m � � < C") -t D Z � � � G� Z �--� m O N Z c/� '• D '' Z 0 � � -v m z � � I� oo cfl 0o w �o rn rn -� � --1 D 2 -� # m (� �) � DATE:10/15/2012 � I I .. � � - i Q7 - - �\ � _ --`_ \, ,_ J� TIME:11:18:28 AM USER:'orevoio _ C7 �J -7 — — O m O -*�► � `.\ � fTi / �� r o � , : � m - z z — , ___ - :. D C7 _ i � - - , -i m _ � � � _ _. -� fri _ , , . . _ , —' N '� << -� �� -� .. r- i � --- - D -� ° = z z �' , ,, a, cn � _ i , �;- . - -- _ . _-- oo m I � �I - '�.' �' m �; � ; 2 ; ; � —i ;� D i , � ; -i. , � _ i' n'i�� � '' _ � ' � - O O „ : -- -� �! �7 � - , �;,; _: - ' -"`i=-��_ _ = --- - _y ouD( - -- -- -`�-� -- _ _� i __ -a r co -- vz mn �1 �� a u � � m 00 -c N P� a N N O n a � m � z � o L D Q � N m �.,-� � � O = � D �• N o� N C � � _ � � m � �����, �d=�;**�1 � "�?�' �. � ; 'Sl� 1 i�'^ : -mo : •'.9��/ i1.:♦ : _ • '� / �Z:� � : i , �:> i� =J+ ° � c � .o% �tyc�p�tC= ��i : � : •� � (,t�. �_� 'd.� l\i;;\; ` ``'� _.�_-lK� -�� i � '�- il-_- ------ i - i _ __ -i " "-° _ = # -_ - _ N�_� m N N � � �o � w � � N � D 'i,. � - 'i"1 _ -- � t/� --- �I Z O --� � z O � N -_ - c� -_-n __ r m r G7 D N c�rc�0�� � O N � � � -�c��Z00 -<a m�� --iz�mm •-. o c� c� C� O " -i -i O z Z •• O D --� •• � � m � � Dcn� O r C D � a m cn -+ z � � � N O O r � � C O 07 -� � N !TI _ � N D m � c� -� �7 � _ D p � � D Z � , ,, � �ti � � �� � �, C C C C N --i --i -i -i O � � � � � r r r r r � � � � --� -� -� -� C� �-t-c-t0 z � cn -i o 0 D � -G � � -I N � Z -i mmrnm� � .. .. � O Z D (/� �NG7 DC7 rTi I = D --� r N p -< � Z G7 �D -i N D O C < � � m -*i � O D r�-� � c� z m -� C �m -i �-• r =r-m � � < C7 -i D � � � Z � m O c/� z N" D Z � --t � � fTl Z � � I� � � W -J 11 W W U1 0 � D S -� # m- � i . . _ DATE:10/15/2012 TIME:11:18:45 AM USFR:iarevolo _ s''r '� ,. C7 � ' � Q � : =. ', i .. .: `��._ ' _._._. __.__._ � _ _ � - , , o �" '� z ,� � = D -- ; _{ _ _- m - - N _ = = �` _ ' �` - i z _ ``� �' / � ' _ ,.-: � I�^`� Oo i �� �' � _ , � .a W }y / � ' � � ;�;�aS � � � = a' � �� � _ _ - � -1 ',n � m �'1 m � m z C7 r� � r D z N _ m m � : 5��� - � O -� � m _ --� �= � N ,- � / N _. - _ "" ' -.,: " - c9 -_ —.—,--- : - � _ =" _ -' �- --- _- w _=, _ ;:= rn zJ ;: - - � , N _ _ - o> _ _ � - _ - N ' � � � ^_... : - . I.�.:� = D ir ,�_ _-_ �� W � i�vl;i : � � , t �,. 1-,� — — — ----- , I '— ' O ; i �, i; _ _ � j , ... � i; � N I �i�— �. — __.. _ - fTl ..,� � i _ _ .. � � „ �� , � �-- � ,' Z — —. — - -- , __ O �_` -- —+ __ � p z — . ..,- N - C'� _. n - -._ �- m -a r �Z mn -n -1 � � a tt� �m �� N 2� a N N O n D � m N Z � L D Q �N m m � -'� O = � D \ ' N o� N C � � _ � � m � �����' .'p�d : p : * :` S� � it�,�?: ' C m C '• T 1 i�.� : v: •.9�J ��:� ; _ • ;��j ;Z;`� � � / �rtiZj, � tDt�•O% �(�y : p � 3 C : -� i iC 'A' '}'� t111%. =i:.- d" l ;F•, � ;S. l R' :� — �t\\��� � � D N c�rc�O'�� "-' � �/1 � �7 �7 -+C-i�zoo -<D m�� � -iz�mm ,__, O .. � c� C7 O " —1 —i O Z C " Z Z Z O D � � -< m T� i D N C7 O r C D �7 D fTl C/1 � z � � -o N O O r � � c o 00 -� � �v m _ � N D m � c� -� ��_ D p � � D Z � C C C C � � � � � � �-. �--� �--. �-. .� �-rr-rr � � � � -i -a --� -� n ���-<O Z �v�-i0o D -G � � —i N � Z —I mmr�nm� � •• •• � O �--� " Z � N (/� I-� G7 D C7 -� = D -i r m cn�D m O � r N n. � i� 1' , , -� >� � � �� ;�" Z � 'D —1 N D O C < � � m -n � O D m -� c� z m ---I C -i m -i �-• r = r m C�—�D T� -G ---I Z " � m O c!1 Z N D Z 0 � � � m Z � � (� (J� Ui O N -' W I O� 6� � --I D S m # � � � ( DATE:10/t5/201 .. 2 TIME=11:20:08 AM � .. �, � �'� �I`� _ = _.-, I - ,� I ; �� -i r cv �- "o Z ma �� �� �� tt� �m �{ N Q� a � N O n n m N Z n / � L D Q � N mm � -�p O = U, D �• N o� N � � S � � % �i ; � � � � .,, i i , i; ;` = � � � � Z � � i; r>� � �O ; `, ,;�' �O r/, „ i` ;" i � .���>> .�o�a : o :''ST�� � �,�' ^• c v c •'.9T �� ��:�., :_- '�/ iZ:� � : i �D.m � : n O/ %� : J, �° : : � �''i rF:F �:�• •y. ��Zp'O : � : •-��i 1, r,�;-. : � : , 'a ,,, t � � \ `\` ```�'� Z O � � z O N c"� n r m C�i O O � 0 z D --� m N Z � � � � � w N W 6� m � N � cJ� .� � � rn N � D O -,� -n c1� m � � m � m � m z C7 m -O r D Z N _ m m � �1 � D N c'� r c� O � 'o �Ocn��� —�c��zOo -<D m�� � —iz�rTim ,__, O .. c� c-� c� o •• —{ —i O Z C �� Z Z Z O D —� " � � � T� � D N C� O r C D � D i'Tl t1� —I z H � z � � N O O r � �7 C O CA —� � N fTl _ � N D m�n -� ��_ D p � � D Z � , 7� � ; j' i <i '-'` , _ z� : CCCCtl� � —1 --I —� � .-. �rr-rr .-.. �-. .--� .--. -� -� -� -� c7 -t -< � -< O z � tn -� O o D � -< � � —I N � Z —I mmmm� � .. .. � O � •• Z � N N � G� D C� -a N D —I r m - N p � r N Z C� � � N D O C < � �7 m -*i � O D m -n c� z m -� c -� m --� �--� r = r m ►-� ,-. < C7 —� D � � � .� m . O cn z N.. D Z 0 � � � m z a' 6' I� O o .� � � � � D S —I # m � I i DATE:10/15/ZOi2 TIME:11:20:12 AM USER:'orevoio - - , I � _ �_ �.. � � � _ � ' ,, s i ; '� - �-: - , � .. i ; ,� :\ `\ \ . , � , .\ ' ;.,. i,- �r _ = _ :' /; " ' �' � W - _ � -- # .. ' _. - ° - - _ CJ'1 -a r az ma � � �� a tt� �m 00 -c N R° D � � O � a m N Z c� o L D Q � N m m � � O = � � D \ ' N O � N � "0 2 � � m � " _; � b � r.; b ,,' ��� � ..��� ..�p�?a � �;**ST�1 i "J; : N • •, .q � i �L''� : x ' � �,f/ ��-� � : i /Z• tD : D m :O/ �� :J, c�o : :'�i o� : � : ' � ��� �° : � : �'�: t� r,�; . : v : . a -- t�;\`\; `�`� — z 0 � —' Z 0 N n n r m c7 �l O T� � m � � � m z z D C7 -� m m � � •• r D z z � N C� _ 0° m � m � � N .. csi rn c''� O � m N N c9 cn � N w w N � D O -� -*� � � � � m r m � _ O Z m c�rn0�� �--�ON��� —ac��z00 -G D fT1 L L. —►z�mm ,__, O .. c-� c� C� O " —i —� O z c •• z z Z O D —1 •• � -< m � � D N C � O r C D � D m N —� z � �z � � N O O r � � C O W -� � iv m _ � N D m � c� —� ��_ D p � � D Z � CCCCtl� —1 —I —1 —� Q � � r r r r r � � � � � � � � n -t -t -< -< O Z �t/�—i0� D -G � —� N � Z —I mr�mm� � .. .. � O � '• Z � N � W —1ID C7 < � fTl --I r C7 � I— —I D =m � v 2 � Z m � ;. �, � i� , i! <, r ; i � ' �,�„' Z � � —1 (/) D O C < � � m -,-� � O D m � c� z m -� c —i m —i�r = r m c7 —i D T� -G —i Z �--� m O cn z cn •• D Z � --1 � _o m Z � � I� � O OD W � � rn w � �--I D = � # ' m 1 � I � I DATE:70/15/2012 TIME:11:18:19 AM USER: � � \ '` \ � .. x� �--- S _�,� -_ - -� -- — � '. N� N O �:. � � �---_ -� r m -- vz ma �� �� n a � � m �{ N � n N N 0 � a -.� m N Z � �� _\ � . , , , � � L D Q � N m �-,-� � � O = U, D \ ' N o� N C � � _ � � m ��` \ ,; . , I � . �. I I� � - \ ry � I I .._., ��� _;i� i � . � �.\ ,,\' - _,_, �, ���� , , , � � � :-�_ _ -- -- `'_ # r! b� , � � `�� �_ - _= � __ ` - _ _ \ _- _ -_ r = - , -_,`___—_J-- Z— .-`-- z 0 � -� z 0 N c-� D- r m C7 O O � 0 z D � m N Z 6� � � w cn � N � N m N N � � w w �o tn N � m � m � m z n r� � r D Z N _ m m � � � N --i D 1 N � m m r O � ,, N m � � ���\1 =�p�d; o ;*'5��1 i��' • : m: i�-^ .•:'fl: ••�9'��/ � �:.. : x - '� / �2 �n � • � / � : D /r J� �O ' : � �O� �ri - o � : � c :;,; % ( C ' �7 ' '�i ��••. :�: .a� t�,����. �--5_ � '. c'� r c'� O "v '� � O N � � � —�c�� z00 -<D m�� � --iz�mm ,__, p .. c-� c� c� O • • —i -� O Z c �• z z � O � � m � 1 D N n O r C D � D fTl (/) --i z � O � N O �7 C O �D � _ � N D m � c� —� ��_ D p � � D Z -� ... , �� � ii ;; _� i _ ' ` z � D CCCC(!� -� -i -� --i O �--. �--� rrr—rr � � � � -� ---� -� -� C� -c -< -< -< O z � cn —i o 0 D�-G��-+ -i N -D Z -� mmrnr�n� � .. .. � O Z D (/) U1 .� G7 D C7 —1 = D —1 t' m cn � D m p -< � N � -O --� N D O C < � � m � � O D m � c� z m —� C —i m —i �—• r = r m C� -I D � � � Z �-+ m O tn z � D Z � -a � � m z �' I� o � � � � D S -� # m APPENDIX GC-6.06.D MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLI/aNCE THIS PAGE LEFT INTENTIONALLY BLANK APPENDIX GC-6.0? WAGE RATES l�1&C Review �ITY �4UNCIL /�GENDA Page 1 of 1 OWdai >ite of y�e Ciy of Fcrt 41cr n, Texas FORT��'ORTH _�`'!4'r..,. COUNCiL ACTION: Approved on 10/29120'13 DATE: 10129J2013 REFERENCE **C-26534 LOG NAME: 20PREVAILING WAGE - NO.: RATES 2013 CO�t: C i YPE: CONSEN i PUBLtC NO HEARING: SUBJECT: Adopt 2013 Prevailing Wage Rates for City Awa�ded Public Works Projects (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the Cify Council adopt the attached 2a13 PrevaiEing Wage Rates for City- awarded Public WorKs projects. D[SCUSSION: Texas Government Code Chapter 2258 requires that a pu6fic body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages fior each craft or iype of worker needed to execute the contract. The public body is required io specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body. The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifes fhe current Davis-Bacon Act prevailing wages for heavy and highway construction projects applicabfe io ihe local wage rate zone. The attached 2013 Prevailing Wage Rates data fo� Commercial Consiruction projects identifies average wage rates based on a salary survey conducted and pu6lished by the North Texas Construction Industry (FaII 2012). The 2013 Prevailing Wage Rates will be inciuded in future City-awarded infrastructure bid documents and contracts once adopted. FISCA� INFORMAiIONlCERTIFICATION: ihe Financial Management Services Director certifies that this action wi(I E�ave no material effecf on City funds. TO Fund/AccounUCenters Submitted fo� Cifv Manager's Office bv: Oriqinatinq Department Head: Additional Informafion Contac� FROM Fund/Accouni/Centers Fernando Cos#a {6122) Douglas W. Wiersig (7801} Roy Teal (7958} ATTACHMENTS NewCOFW Hor.pdf NewCOFW Vert.pdf http://apps.cfwnet.org/courtcil_packedrne review.asp?ID=19155&couneildate=l0/29/2013 11/4/2013 IiEAVY & �iIGHWAY CONSTRUCTION PREVAiLING'WAGE RA.TES 20i�8 t�ir Tool Operator Asphalt Distributor Opez Asphalt Paving Ivlachine Asphali Ralcer Asphalt Shoveler Batching Plant V�'eigher Broom or Sweeper Oper Bulldozer Onerator Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine t Cancrete Paving Finishin� Machine Cox�crete Paving 3oint Sealer Upera�. Concrete paving Saw Operator Concrete Paving Spreader Qperator Concrete Rc�bber Crane, Clamshell, Baci:hoe, Derrick Eiectrician Form BuiIder/Seitc Form Setter, Pavin Paundation Drill C Foundation Drill C Front End Loader Laborer, Common Laborer, Utility D�echanic Nfiiting Nfachine C Mixer Operator Motor Grader Ope Mo�or Grader Ope Oiler Painier, Structures Pavement MarkinF Strt�ctures & Curb eraior, C; awler Mouzzted erator, Truck I�iounted Fine Grade Fine Grade ?�lachine Steel Setter, Paving Steel Setter, Structure Shovei Roiler Operator; Pneumaiic, Self-PropelIed Rolier Operator, Steel Wheel, Flat WheeUTamping RoIier ODerator, Steei Wheet, P1anL Mix Pavement Servicer Slip Form Machine Spreader Box Oper Tractar Operator, Cra�vler T� Tractor ODerator, Pneuma#ic Traveling Ivlixer Operator Truck Driver, Lowboy-Flo Truck Driver, Single Axle, Truck Driver, Sina]e Axle, Truck Driver, Tandem Axl Truck Driver, Transit-Itiix Wagon Drill, Boring Mach Welder Serni-Trail�r Post Hole Dri Work Zone Barricade Servicer ��a.o6 $I3.99 $12.78 $i lAl $ 8_80 � 14.1 S $ 9.88 $ I3.22 $3z.so $ra.ss � 13.27 � 12.00 $i3.63 $ I2.50 �13.Sb $i4.50 �10.61 $14.12 �18.12 � 3.43 $11.63 $I1.83 $13.67 $i6.3U $12.62 $ 9_18 � ] 0.65 $I6.97 �I 1.83 $I1.5$ $15.20 $14.50 �I4.93 $23.17 � 10.04 $I I.04 $14.86 $1b.24 $11.07 $10.92 $I1.28 $11.42 � 2232 � 12.33 $10.92 $12.60 $12.91 $12.fl3 $14.93 �11.47 $ ] 0.9' �11.75 $12.08 �1�.00 $13.57 $10.09 z �o T a�ed L8'ZI S8'Si 86'IZ 58'ZI LS'9I 6£'SI ZZ'IZ 86'6 bb'9T ti5'ZT .ZI"9Z 00'iT 00'EZ 00'Zi 00'9I 66'ZT ST't�T 68'OZ tZ'iT 65'91 t8'Zt £0'IZ 00'OT oa�at oo'oz ti9'ST E9'6i OS'TT Od'ST bS'ZT 9£'Si 00'Li LZ'Si 00'TT L['SZ 00'TI 0�'LT Z�'bT SL'L'C t6'OZ iE'£i St�'6t QL'ZT E8'9T L9'£i bZ'SZ S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ S $ $ $ $ $ $ $ $ $ � � $ $ $ $ $ $ $ $ $ $ aa�as �aa�s Eup�o�uia� �ad�aH �aqwnld �aqwn�d lad�aH �a�alse�d aa�a}se�d aad�aH �au�}adid �a��yadid �ad�aN la�uied la�uied .rad�aH �awe�j Pn}S Ip3aW �awe�j pn�s �elaw (snoaue��axiW} lad�aH la��e�su� �e�aw (snoaue��a�s�w) la��e�su� �e�aW �ad�ay �a�quaassy �uip�mg �e�ay� �a�qwassy �uip�in8 �e}aw �ay�e� Pa!!!�IS �a�oqe� uowwo� �a�oqe� �ad�ay �o�e�nsu� �ole�nsu� �ad�aH �aize�g �aize19 aad�ay �a�(e� �oo� j �a/�e� loo�j uei�iucpas �iuoa��a13 (�ad�a}{) a�i;ualddy uei�ia��a13 {uew�tawno�) uei�u�aa13 �ad�aH �adel ��enn/�Q �ad el I f e^^�GQ �ad�ay ��ennA�p �iuey�aW Ile�►Q �ad�aH �ap�m8 w�oj a�a��uo� �ap�mg w�oj a�a��uo� �ad�aH �aysiu� a�a��uo� �aysiuij ala��uo� aad�ay �annes/�a�n� a3a��uo� aannes/�a�n� a;a��uo� �ad�aH �a�uad.ie� �aluadle� �ad�aH uoseW auo�s/�a/�e���i�g aauie�l uoseW auo�s�aal�e��(�i�g uoseW auo�5/aa/�e�x�r�g lad�aH la��elsu� �ui��a� �e�i}sno�y .ra��e�su3 �ui�ra� �e�i�sno�y �ad�aH �iuey�aW �y �iuey�aw �y a�ea a�eM NOI1dRl�S3Q NOIlb�1�ISStf1� (s��aload uoil�n.��suo� �e���auawo�) 531V2! 39bM 9NIlIdA3Nd £tOZ 2Q13 PREVAILING WAGf RATES (Heavy and Highway Construction Projects} CLASSIFICATION DESCRIPTION Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Sroom or Sweeper Operator Concrete Finisher, Paving and Structures Concrete Pavement Finishing Machine Operator Concrete Saw Operator Crane Operator, Hydraulic 8Q tons or less Crane Operator, Lattice Boom 80 Tons or less Crane Operator, Lattice Boom Qver 80 Tons CrawlerTractor Operator Electrician Excavator Operator, SQ,000 pounds ar less Excavator Operator, Over 5Q,400 pounds Flagger form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Driil Operator, Truck Mounted Front End Loader Operator, 3 CY or Less Front End Loader Operator, Over 3 CY Laborer, Common Laborer, Utility Loader/eackhoe Operator Mechanic Milling Machine Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine Operator Pipelayer Redaimer/Pulverizer Operator Reinforcing SYeel Worker RoUer Operator, Asphalt Roller Operator, Other Scraper Operator Servicer Small 5lipform Machine bperator Spreader Box Operator Trucic Driver Lowboy-Ftoat Truck Driver Transit-Mix Truck Driver, Single Axie - Truck Driver, Single or Tandem Axle Dump Truck Truck Driver, Tandem Axle Tractor with Semi Trailer Welder Wor(c Zone 8arricade Servicer Wage Rate $ $ $ $ $ $ $ $ $' $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ S $ S $ $ $ $ � $ $ 15.32 13.99 12.69 11.74 24.12 16.05 14.48 18.12 17.27 20.52 24.07 19.80 17.19 16.99 10.06 13.84 13.16 17.99 2I.07 13.59 14_72 10.72 12.32 15.18 17.68 14.32 17.19 zs.oz 12.Z5 13.63 13.24 11.01 16.18 13.08 11.51 12.96 14.58 15.96 14.73 16.24 14.14 12.31 12.6Z 12.86 14.84 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department o6 Labor and current as of September 2013. The titles and descriptions for the c(assifications listed are detailed in the AGC of Texas' Standard Job Classifications and Oescriptions for Highway, Heavy, Utilities, and industrial Construction in Texas. Page 1 of 1 AC Mechanfc AC Mechanic Acoustical Ce Mason Concrete Finisher Corcrete Form Suilder Drywalt Mechanic D ali HeE er Drywa(t Taper Drywatl Taper Het er Eiectrician (Journeyma Electrician Het�er ' Etectronic Technician Etectronic Technician F Floor Layer (Resitient) �toor Layer Hetper , Glazier Glazier Hel er insutator � ir,sulator Helper �aborar Common Laborer Skitled � Lather Painter _ 1 Painter He€per Plasterer 200$ FREVAILING WAGE RAT�S CONSTRUCTIQN iNDUSTRY $21.69 Ptumber $12_04 Ptumber Helper $15.2� Reinfo; cing Staet Setter S�9.12 Roofer $iO.iQ Roofer Helper $1613 Sheet Metal Worker $4 �.91 Sheet MeYal Worker Helpe $13.49 S rinkter System installer 513.12 Sprinkter S stem instatter $14.62 S�eel Worker Structural $10.99 Concrete Pump Crane, Ciamsheet, Backhc $13.00 Shovet $4.00 Forklift $20.20 Front End Loader $44.43 Truck Driver $19.Sb Welder $32.OQ Wetder He;per $20.00 513_06 $18.Q0 $t3.00 Sza.�s $11.25 $10.27 $'13.18 $16.10 $'t4.83 ss.oa $18.85 $12.83 $� 7.25 ne 514.90 $�O.dQ $14.00 S�a.oa $3 6.9b 512.31 $18.00 54.00 $17.43 $20.5a $17.7b $12.63 `.0.50 $14.9i $16.Q6 $4.75 Z �o Z a�ed dse•salelaEern/�aldey�/8�ovoi�e»osseoxai'M+�nn •a3isqann {uoi�euossy uo��rulsuo� ayl) s,OX3i ayl uo papinad a�e pa�s�� suo�}e�3isse�� ayl�o} suo�ldu�sap ayl •dno�g uoil�nl�suo� ���d 'uiq��,� uew�og aue� ay� Aq pa�idwo� A�luapuadapul {ziOZ ilejj N;snpu� uo��n��suo� sexal y�oN ay� Aq paysi�qnd pue pay�npuo� /�anms �(.ie�es e uo paseq aiann s3aalad uoi�ru�suo� �ei�lawcuo� �o} unnoys sa;ea a�eM �u��iena�d ayl 00'£Z 96'6T LL'9T L6'91 OS'ZZ Sb'9i S£'6T OS'SI 00'ST bL'Ei 00'LT SI"bT LT'61 tt'£I 5£'9T SI'II 06'9I 80'I'C $ �ad�aH.aaP1aM $ �aPIaM $ aanraa ��n�� $ �apeol Pu3 luo�� $ �o�e�adp ��up uoi�epuno� � � �!I��o� $ �anoys aup,p '��u�ao 'aoy��eg '�aayswep `aue�� $ dwnd a�a��uo� sao�eladp �uawdinb3 $ �a�ooad�a�eM $ �ad�aH �e�n��n��s �a��oM Iaa;S $ lem�n�;s �a��oM Iaa�S $ �ad�ay aa��e�su� wa�sRsaa��uuds $ �a��e�sup wa�shs �a��uuds $ �ad�aH aa��oM Ie;aW �aayS $ �a��oM IelaW �aa4S $ lad�aH �a}oo� $ �a�oo� $ �ad�aH �a��as �aa;s �ui»o�uia� ' � � � i • �' PERMITS AND UTI�ITIES (TXDOT UTILITY PERMIT AND V1/ATERLINE SERVICES LOCATIONS, FIRE MARSHALL PERIVIIT APPLICATION) Approval Form Page 1 of 1 Approval Form QPPROVAL Online version 11/2005 To Liam Conlon Date 11/14/2012 City of Fort Worth Application No. FTW20121031150850 1000 Throckmorton St District App. No. 220-SS-198-2012-NTC Fort Worth, TX 76102 Highway SH 0199 Control Section 017104 Maintenance Section North Tarrant County Tarrant TxDOT offers no objection to the location on the right-of-way of your proposed utility instailation, as described by Notice of Proposed Utility Installation No. FTW20121031150850 (District Application No. 220-SS-198-2012-NTC) dated 11/14/2012 and accompanying documentation, except as noted below. Have a great day. __ When installing utility lines on controlled access highways, your attention is directed to goveming laws, especialiy to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this instaliation shall be limited to access via (a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-of-way lines, connecting oniy to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normai service and maintenance operations. The Installation Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accompiish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Instailation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30) days written notice. If construction has not started within six (6) months of the date of this approvai, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are aiso required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved ame�dments at the job site at all times. Texas Department of Transportation By J D Greenhiil Title Utility Supervisor District Fort Worth http://apps.dot.state.�.us/apps/UIRPROv2/lib/NoticeApproval_asp?ApproverID=DOT20070622102546... 11 / 14/2012 Page 1 of 1 Notice of Proposed Installation reXa$ Utility Line On TxDOT Highway Right of Way Departm¢n: of Tr�nsportaUon Installation Application Online version 4/2006 To the Texas Transportation Commission Date 10/31 /2012 c/o District Engineer Application No. FTW20121031150850 Texas Department of Transportation Fort Worth District, Texas Formal notice is hereby given that City of Fort Worth proposes to install a utility facility within the right-of-way of SH0199 in Tarrant County, Texas as follows: (details are shown on page 2) An 480-foot long at 5 foot minimum depth bore will span Hwy 199 right of way just north of the Lake Worth bridge, south of the intersection of Hwy 199 and Love Circle Drive. The carrier pipe will be PVC (8-inch) sanitary sewer force main and HDPE (4-inch) low pressure sewer pipeline and will be encased in a 24-inch steel casing. Casing spacers and grout for annular space will be used in construction. The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and aIl governing laws, including but not limited to the "Federal Clean Water Act," the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under "Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 3 files containing drawings and other pertinent information uploaded to the website. Construction will begin on or after February 15, 2013 and end on or before November 30, 2013 . I ce�tify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditions/provisions included in this notice. Utility Installation Owner City of Fort Worth By �iam Conlon Title Address 1000 Throckmorton St Fort Worth, TX 76102 Phone No. 817-392-6824 E-mail address liam.conlon(o�fortworthgov.orq https://apps.dot.state.tx.us/apps/UIRPROv2/libfPermitNotice.asp?PermitEventNo=O&PermitApNo=FT... 10/31 /2012 �,� w ,,.- i�i � � u � w �.L: � � w � � �� � �� .. ' _._._.....____ ,-^� "- _ e c� ': . c•.� �: ,— , ,.W :._..._...._u _.�.�..:�.:. __.._.. . , .�. t"s'�"� i : �e �,� ��� ' :�. _ �. � 4xi ,' �� i��; ��� .- ". . � � 1 ;' � � '' � Y� }.� = r, �. - , : '� .._ � +�, � � � � � � � �.- � , �r �_� �` �] : � i ,. t� � � � -^` : t� '�� � . u' °`� � , Fz ; f�9 � y{,���' � "4 X ... . . ... � .. � ... � ... . : �. � z" �t '�e.i '� ^ .. . {l)_ ,.,,, . ` "— .. {'ir . . � �a - . ..., �- � '�' . E � � � �- ,._ � _.r, . � �2= � � ���-�.�.�f;����� .� � .� � M_ �,_ �_ ��� ti . s. '" �''' � " � -'-�� r� .� �. ' � _ � :.�. .., ' . .. +1+_ .,... �� � � :_" � � �. ;i ' ,� ' �s`'S .. ,�.. i _ �x � .. . . ... - : ._� Y ;.. , �: .. � . . . - � . .. .. . . . �."} �' �'��. � # _ _ `` 4 jI fJ j �p,��.+,".E' *,i+ �I : > . �7 ' � ' �y.a,._ �r ' : r^� �� � _ � �:'E'.Il � '� ; � �,. .. �%y � : �;'j5�'��` , � �~� � � � 3 , e �s .. , � ..._. _. . __ _, ti ,. _ . .._._ _ . .. .. _ __._ :, _. � � � �,- `�' � — �" :, t�.t ',�-{, � a � ��a`"{ ��� •,�r:- .�: � r��`. � ��. � : '--q. � . J r,l r �� a �� � ` _ :��� L �i •__ ." ,,� x• �� , . .�: ::i� �z �� a�� �', �, J �. �a � _ _ 096Z9LOl£LOG-9SZd '096Z9t0£LLOL-HSZd 'O96Z8t0>tL09-£SZd 'SON 1J3f0ad 2131VM � Wz W r-� a. � � i% m d � � W �o o. � � F U ¢ � �� � � H � Z Q� W � O � � W W � � . o � p � G W u K H U w � R � � p�o< � F" U � ¢ � ���� z < �°°u O�F< (�, z � � z � �+{ O � O ¢ r � �, a � H v U F—, u � a � � � F"{ � � o � � � N � � 0 a � � � � ' � � � I N � a � o � a � , � 0 � �� � os � U� o0 � N ;°z � Fo , � � C1 N ; O� . ,. � : F� , UM a � O , � F � W � o 3 � � � � i Q 3 V { 1.� oW F-- a �n 11� � C� � W m z 0 � U � W � � Z Q N � x � �=N ' � ,, z � � CC p � F � F `� ;�w � � � ' �Q a 0 � � '' � `_' " � O �� w � U z w C7 �O ('jz c�t�� _� � �� �w OU > � z Q w �; �z xo 3� 1 35tlHd 'S1N3W3�021dW� 2J3M35 A2JV11NtlS ONV 2131'dM 3N?!4 553i3�2i31VM ONtl N�'d30 ONIS/� 210� SNtl'id NOil�fkflSNO� � ! 3 � YY �`i'2 Q sa cd- �a ;a- � 'Yi'�N n�1 �`=a��ri o Z a� �: '=o� ;: _ � � �_, „. �xg� u ��� -. � � �,� � °�� � �a � � Q� � � H � � 3 < Q �� �3 '`s" �� g�$g� : - �°��a jg� �y��� o Ye�. tl�_ �g`e� �y. < . k� iti a�� �ggig 28Y4� �3'Z' �<q<i�%��u�� � xx�xa������� �eS 33�3333'-"`� �4��� � �3..�3555Sff8 `o ����sa �� 'W'C�WWbga§k ���d` C"�N��� "���' o^�� W SS39539�OOOG s � ��r� -5x�; � � $aaaaagmamaa f���� Q s�uuuuu.ivai.iti $,�Y` <�_�e,.mme_...,. g"a$�� .��— nenn„en.�,.�,. . � �$ `s �� �oe s:� _ � �_` �sa a `s �§� m,�s��'" :"sma ��; �-k_e3„kx�a �d: q7�dy`S�g�e� `� a�;> ��aa�ea���a _ - O J �¢ �R�R v o08���8��88 N�.,�s �SWSWWWSWW__ e�r V I— niti::Rn' J."'nr.�n�.'nr"i.an.'u�e.^e - � N J W Q � Q Z J S ¢ gr J � Q � � 0 � W F- Sn$ W � x �- 8888$8888g$$$8oS8�om t�� w Z g$ _ _ �-R� ��� .�s; Z z �$sssssssass=sa�ssosa a „ � sa_?�::;s`n�maeza�_�neb; a �J<1<l��lt«<tlt�<�rr<zz � Q �`n�`nin`'nu��nu��'n�'n�'nv��`nn�'n�n�`n�nxn�`n¢¢ W � � �uuu�sasu�as�ua��au�saauaauvuu F �u i i�i i�i�iii�irii�ii a ,t� O 513 n«�hR�R���°���sc77x�:^. J � 3 D .B.Q i�S]�3Z � �c�g�bob�b 4 <�"'a'c'z`aaa" < ¢ � 8888888888°'= x£i88888k& z 8S��q�„�zm;',A=s �u gggaff>a< � q.«��.�n a-> f�� V ��� � 8888888888888 � �s »»o�a sa�rvR� �oa^ issusua�� � �N�N»«���Nc,N�� ����3:�35s� a _ z :�� �"s"sss"s�os�e � aaeaavesea�;== ^a.;��;,����sa ,...,,,.���..,,..,,�� � " �., " w c� �w _„.,..,a,.magc Q «�_ne�mm�z�..�.. v W � N$ ��W i�g���"��� _oo¢a�b."= �o"���aW3� ���ix"g�eg �Ya<g�����: ��'s��BQ�jgo '3a=;�4$�Q�� 9o$��ES���� �"� =�� ��1 �R7 3�Q ��� ��� gaw � b��u j� �3 y� �� �� �x a<� W�Y E3�o�C i''�y� Sa��ak Y^„'a�ag €��g�� s =4�: ��p�;� 4yW�V` ��y¢�� ���aaz ��F� e �o���N as�g�� ���#�� ,ro`� �W�Sns$ s.N�"�� ��a'�3 � �� -�m ¢����n� g � R¢ e S: �� "a_ au X x � 4 �� a$�ok�v=„' ���z4�'�a5 t gS�s �f�"§s$53� S�v°'���R�� �4 _ ;�s �sa����g�3e �g:���3�Wa� §fhh��a���x R �1�„z'�z?'3eS�P 'S�^5m���2�-4,`�0� �o�W�a ���4 ���g����5�zs� �� ��S�u'��"6 % a� y3�¢w�o�YV�o ��aoW��go��V2 ��Yo�J������� � L� � ���� �� a��� ��������� y '��'zorx�m7�o i � Y � � �� '� g �u �����Q� �z���3o �g��asg �����s� $��m=�a �#���y�Y 7����:Wr �o S�W ��� omm�;��an^c„r�W a�:^,ry�q��:r?ro� msms�m�m��mmmmm� o� W � ����� ��'3 � W �cc � �p cg�`oE &��85 � �<�3E`cc aW.,:BaA k� p� o�� ��x go� a�z Y� a� . ��� ��n ��� ;7e uo�my�§ <�yg�'o a Yaq. �¢�y�� �m-��$ ��_��~ x���;� �s���� �g�x�e �� �`' ��� �go ��s E�x g�o€tl���a m�����;�� � �_a : e��o-�`���c ��S�a�C��� `o �y ��g�o�8n�t �������b�� ���g$gy��Y G�'s'���g`dSx g���°� � ��5g0.��� ��g��ia� xe�g�m?4 2"yu`-����A� , �� � fi:��� Sgg Y3 3 yo 3Yf�Wa�:� G 33 �� � gx og �� E� � C� a�a� 9$ea ���4 z��� QWa� q`oo� ��o� ���a �a�1 �aY � -e S` g�S gg� � ga o'm 8 a$�� .r-i ��� � ��s � � "�g Q ��� �„� �ey cm � d �� � aw�W � �� ���m�� �n� �� ,.��s 3�� �� �a _Y�g � _� i�g=� � Y� ` �� ��" ¢�s��� ��� ^� �3�<� �_�_��" =�„�a.� � �� ,'�G3�o � ai�: W � � ���s��� �•-y �m �aP�' �Je3�a� 4"gm�� a� "g ��� S�`�' Q K W zW:4' m �°� ���'"� �' �a �a s gx3�� = �3a� �� �� ���<eaa ;�� �e �¢�� `q� � ��G��e oW ��, � - �$ � ��- ��i`�=�� ." _ �Eq-� �"�`<���< �4Vg`$? � -'^ ��a�o� �Yoo «a4 Q Yp�gv �E� o�agN3 ����`�� �m���6,�� g� �Y� � ��z=a � mxaa= ��� ��� ��z�ffigs �S�t W- g=��a ��w�o��� �a�m��o� _� �� '�"�` �a¢=� �� to a„���m' y�3 �� Y��ag N'a�," c��.g-" , � g a� z3 �¢y �� ;� s���< �=Qm�g� �u��sm%" �� �Y� W�06� � 3��mw ��� a- =���S,.W� g-a rW �- � x�-, € �y z "ta � ��a�'W � 5 �C3 ��"�����'s �'�" �=m�'" �'a�at`1� SS=�W�` �e 4�< a��� � o�° ��3 <�*��qs 3u",� �� gW`� �mW��Y� 703 3'�' ��7� � „a� � � ;�< �' ez � 'uag �W�3� s�.�� z<;��'� �� ma � '^e '"g z P gzaR �4��€��: ffiNa� �� ��s�m ��'3'3'�* z�t �;_, ga S 4 '��go . b�zo7� N4- Na� ���o <3' �" ��� 5S�mo^ aWS�eyvY �V� ��w.� �g +�o�g 3 W'�� �a:�=€' �o�g §a �Wt§� �n ����ip�� �9 ��W � �� gm �� �g��� ��� 3W ��=g�3=a "��� �W �"g� ����Ya�= s�s= x� s� ��� ��m��a � ii� � i�Y�S a�a �� �a ��a.u<�d c.���mWY x d u� ' =�d�a ��W t�� ����d�o o��� ah i^� �Ti � a?.W �ma �� �^g3 � m���g 7$ :�a3� sa ��'s$ ,.W;�gm ,.a m 8a �sae� a�e�m�ma sgz�xSg� �3 �ov „„ . � d � a a a = _ _ _ _ Cr b� a� 3� ag $� � a �g <a � 5 80 g" F §_ <� a� �» �� ����� --- �5?u� y�_ t3�6�a�g>p��� a�e.�.�' Rg�"4a 3tg���y#�Nv�7�g�� 3'4�9Fm�a��°�� ��'d� So�Eg�� � 2z��<da� nso��$���W���s� G� ��z�8��s=" �W���'3�� .,_ �>' ���a�:a:€�$8�s� as's .g�Ep�e�r"3 '3 � � 4 g 33 � e.'"`t �Y�� 3 �z��� .,$a.��$:G���ao� z � �� �'_ Y� � �� §� �f �a��e���� ��g���oog F���`�z'c��4 ����ff���� �g���Q��s ��i� �C §'sa'�Eaa�mB `a��S<W��B�Sq �€�e;'s���� �y�� �a&: o`SQ ���� ���� yaa^� ����� ��5�� zd�$o u��ok ¢�y�3� 4<�Y� �og�� ��e�s ��oy� �a�o� � � g� � z �g ' W� �3 ���a 8 6 �a s suaaa " 3�sk � � 3o u�o�g3' °� ���� > �' y 4yw�eG 77 a�g� : �� z a�W��W qx 6:1$ - y cx � '34 �a �WW� 3 <m Wo�W S �sg N�� _ �p� �"�� � � a;a �W o��;� ��_ ���m ; �k �g �� `a�=a8 oe� ¢�� �N S�s �8 ������ Y4� �4a� �k �= ��� 74 ���grY Ua� u�Y� �a gW Va� o` u�o�i ��� �� �`o S� ��� �� t�3a . S � �6F� � � �m � <Y?i �a � �W= °� 3 <"�" ��kb. SYs�p �� ' ' �=o� $���� Y�"3o =s 3 � �'Q' m��y1 ��a�z �� o „�2� a�,�-m _.,�� �s S �$0�3 �ga=a. � =+y �sza� �Wo �'��<� �m a ��p�o ��a�� Y��:�Y S� "gu �Sw � �'a�W zg32Q� ` _ �0�5 � �o� �4 ^3 aa va� �s� �� � �;���� >� � a8� �50�� ,.�3�n� '�� �� ��Qo "g � i�sW`'s� �Wo _$yW� ���me '���o_ ¢�� �a :saa=' „�maz �&'za�a$ � a �� : � �� � �oE Sm g„ 6�;0 �m �z yz' �� . mgz�a� �W: �ggo "' e� o „ <. a>�paGa� -_ Yy WN a� z� �4 $� �������m e�� _��� '" m� " �W =� S� ��W���>W� ��� :s m mg �o i�L �"� �: �� z��.,�� fNF� �o � .-s��m>F <� tlx� 3� �W '�Y ��a �g W$��<u�`"„ __ . � �E� �%a� W` �Y g��' >�3 �3 0� �iW'�W4g` ���� S �a� �� z� e3 b���o" '"y g �'`�_ • �� c� y�p �a '"N �^s `<.- 3��0 ��+5� - �'-��� �� ��N ,g �� '" �abg� n.. �Qffi�� W s� `"�s W .,_ ��¢s-�- _:_ a � gu� a� m� a f���c'�7 W9� g�a�< '� � ��RW '� W�nN $3� 2Y `�� ��� o$ �� �ab�^�`N7s W e „" ��9 "� ' sx�`�'�?4� x�a� �r�uw �� o�a �g �NW p?W 4a �������" 7W"S g§a�� 4�'" $�� "7`" �p' Y� - ����a""¢� �5�� �Y��� '„� �5a _�o $ak $<�' .,n 'sS��me��s "sY�� �a«� . _ _ . . _ S n r � i Y � � ` w W � _ ' � g a` o� � o r `w z?� a o o m 3 a 6 a � 3 W CI �=' �a�' �a�' W� 3 �oa� �a „a k �a"'�s���s' i o$ a� a a a a���< a� N�� W� Q Q 3 3� I N �I, � o a a a a a �~ � ���;� s I W n � -pg6�; W � m ��� a8a '�g��w �o � } o < W`� O: a� W �_ `a Q s W o 3 c y" - $'�' 2 m m$ � b � o'o W w��a c C g � � o�'i <.,� �� a o ,c�m C8' a S W w� .� z. ��'+ J � s g��4o �„' xg�'� Kp-� �a.`b' x. 6 a � o � I I I I e 5 � � ; - � g 'a � � � _ � ' g � � W W m � � � r x s o = .. � � � � �°' � i�J'; I I I,� o I � z W � � �i � � S � g I } �� -Q�� aa� -'� s ,I ? _ � � W c� s?� a 3.- � W a� ,,�,,,,.'�,,. w ' a- _> � _ ; ...�'��. Z '� 3. s�. 'a z p�'o '� 3� ". -. � O li J - I i I � � a ^. � � _ a � � ; � � � � 8 � � - � � g ��I z `u c m � $ C �S � W g �' � �n ,�. I�� I���� , i i O BO .�. � �_a � �� �_ _� ' � a �-� �� qa _ Y� - a�a Y �; u�g _ Y s� Q G� __ � B" Y � 3 0� xo ' � " _ � '" � � 's� �_.,o � ynn" � " � ». e a u v z �"m N z � g�r� S �^aa ; �� ` � eoea � ��9a aaag � �"ae � S �„ Q,"eR � � � � �&"� ; m�a .,,. � � ' � � �°�� . 3 -n . 3 �-. S �W W:� � < o�"=^ � - ^3� � "S"z ^AiV s r,.�.- ,.. �8°V" � '"A�" �3�'_i : s � 3$� � _ � =�m ���.;: -S°�� �'"_� g � y a z�n�a � �° _� . "�e $ :� 3m..e � �8.:6 S �"��o . a8::� . BgaR :.a$�; " F- 3` O n « o : ,. r o n « � « n ` tp 4� U ' OO+OL "V15 3NIlH�1VW ----�-;\ -- -T �Q �C —�--- � i� 6 a S I � � f�a u% „�n - ^�� �gTM -�� gtl _30 ��^ S�nry N � m������"'mr¢� ����,�:�=a a^o ' ' ' � o�� ��� ��� y�� ��t -°� �$t �°� ��?�e�" ii=_ � � — -- 9�3 g^ `s33 �xs o�3 ��g `333 �$g 3�=>�g.' ��� . ��� � n r ry r � � --- --- � � - -�. � �� a x�a satt '�a s�"�a ao� u s�� x"= �ax ��a xa� ��= _�i W�� n$r a� _�< g�� § s�3 �:$ :�a ��� 's�3 �$� � � w� �a O \ C � 1 � / \ � ��� � i � � ; ��, - -�' � Q _ ` ` /� � � � � ,r •o� � � :QE N= a� x"- x'f�� - ��<�� �k "6 � ' "� �W~ 4 � ~ a e � :�^ S�° -5a `g. �3a �U� �a Gu_ � n�m �s� d�� �'�s �:� W�: ffi$� ��$ a ffi$� ��: 9�� ��: 9�g ��g `si� :$. � s�3 ��� 8 ' a a � � Wb 3$ ou r 7 w � a 0 � a a a a g' �- 0 - �: �s� ` � � y�a ��: s�" ��sK �3a kox V r�a t�� � a� g�� " g�¢"_ -� ��as ffi_� a�% � aSi ��$ � m�< ��g a�< g:°: .o$< aS� : `0�2 ��o � 0�2 ��� �3� ��g ��3� 3R�`' ,. ' y � o a�Y°s ms � $ � sgw¢ ;S �'=8 � a��a�' � g�_a F� `� _ _ _/' �&�O� g3 �3�g� � ? =�g� $V � ' � _ ' ' V i�8 / �/ /. '� �� i � ,� / � --- ��-� ------ 00+6£'V1S 3NIlH�1VW �� � W � o da� � o � > � = . c - - bx �� �6 � � �» � a =�;aE � : � � W w o `'s �s �� I�. �a� �� 4� S��g = 8 ����� y r� W� �� ` v w o� S$ �� g 4y : �3� � � � � ¢ C.> � W 3r y . � =: � � u� x : - ' - "a C o $' �� z x ;E I .W Lis : � � £ V �� ��� g� ���N cN �_ oa �� ��-e:> � �& � a � g "g� = z� oW %� �gs : E' � 6� �> � �� �� �a a O. �� ..f,. ` W a3 z� .n� � � ` e ¢ � �� �0 4 � x `9 6 �, �� ; } �¢ 38 W� z ."¢� � `'} _ • _° g : a . ��n a :a �o � 9 �y Q i x �o i 6 �� � � 'W� �� C 3 G i� .. k 3 i � �m � �yK ? ,� �N - O vi � ,� y a� € S S a 4 3 � �$ � g": ��� �g �a �Y �� �� - v a oa � �� v ^�� �d. �: �a �E �S ,.. i d � : . . : : : . : . ' : I : : : . �. � .; : : �V^p."g ���W7 d _ 'a a< �_ � �� §3 " .� ' . : � ku � -- OO+L ViS 3 IlH�ltl - ----- � � 8 � g z� OO+Lb"H1S 3NIlH�1tlW � � _ � a�y�=^' ._ -- - i: --- 8 f� � 3 ay.us S =Jm 1��^ / � �� /� a, � �.e •n�n�.e/i / \ .�- /, i ._�ii a W N� (. . f ,/ '°'°'� ./�� � W �. � � �� �• '"/ �5 ag : � rnar,vr> � �y=�' � �p•�' '� a= F' KA,. .. .' � � : � �} is '`.✓`� • .fia'� �'i � � ��`.�" �P � � � _ ' _ � . g � � �y-_- �W � ( i q y ro... �' € �� � I �—e � �a�� �� ° � � Ij . �� . �; 8 � � I _�D .. � 3 $ 1 _ g �; $ � /. I � LL G� � � 4 \ Isic�v� G� �\ ;.%'" a \ s v> > a � �t� o�owcxww» ' � � �,; « b aa�d �� m� . 3�..... � �\ �a � .�� f� ✓'-�r--�d 1 � �2 Z�—�-�`=— _o :.-�a� '-'_�__ � z�s � y'`��f----- � - � i ag� ; � -� : . : —:� .- : � ; a✓ �'} _______'.___l _ __ _ __J ' �� .�/.�c. /""� � i1 m^ ig�aa' �' W � I/ o �_� �Je$ �= Ya � � � �ep��P � k�� �� � - o' �tl ' - : ��- \�� 98 J `: f 00+6 V1S. 3II�H�l7 : . . . . � >� = I-o �S ' wrn sS '�W q': s�3=� �V � � � � W � �,� x�ns•�a�o � Z �� �'." Nc���6 � y��,. � � a a d O o a C.) � � y " sS9 i -�a�a� r= 3 a x o �� 5� g x��r, 8ha¢ , � � ¢ g o F � go> � � ;� �i � � � i } r ag�'s,. c �'-' :r � W � 3a ��� 3 ; �� I- � �3"e i y ti UI il W i � �� q 8�� I� �' � - _ � 5 F- � '�.a ZM rQ z� �� E¢ uX:� � _ � d' JW �.1_. Wo u'> 6� � Y:�" - a� °-` m � ..� W � a c.� � � ( � � a < „� � y F� —i c w - t; ��� �, N W a o � � <�� o� d o � a i�v� � a w 3 6 m > ) � k L 3 i' '.,. 3 a s - d Z d - U3 5�'d ��Sa O ga�S� :'. �� >����` =p� ¢ �gi5$ �6k � = 'a' � n � o $ � T � ��N �«- & Wo � a I � �� ffi� � mh Q �� mg g ya ,�-�§���� �6 � ; �" � � _� V W� ��� g =�$3�" � �� N .�»�..�����, - a;d & ^� s�°�,�� (( � cn ` ` ge N ��aom I _ oo, O� �sg e - oz � '�;�=$°3 I o �°o°o V _ ? �$ � Sy'�g„_ I 000� W � _ � ab w �='��a� Qo. a'" u�', � _ o � ��P�a �` �3^�I' a o �� � 3 S$ C7 a$sc�S w z = � _ y Z '"�g'ymg� � tn 3�is 3 "��3 Q N s��yS�� O � m� � � � _ � �,X U o q�oga� / x�w W a d Q a ` � y�o �� W�"S�` � �a � Q g .. & � a� m ���6�ms a � v � � ;� a :� � s �ms�s}� � °� r b ` �� ca� y� » �- .. - a � , �� a � � �� ���� � � ��� eoJ $a � � "_=a " ��. � , `� - ��a �� �` � �a � � r,� � ���e ��: �i' �a � � �a �_ � �� a 'z §� 4¢� �g �"a �b �$�2 - N .c . �� �� a�� � � ^.�,C � ' ,.' gwN2 m � w ��e - tqs _ N is� . 1 g o �,d 'at�o �a . . "''S J5 a� ��a L�`o� �o W > ��':.'j •'::; '^ Q �+ o "s ... , �� �„� sa�«�� i� � �, ,. . �v�,,v.1,�' <7� ���; R �e M ��� ` � �� � 9�ta`�v J P,`./7� m9 .n ��F�a S��a� o` W m� � ,��„%• E � � ., e < ,. O �`.,�Yy ; ��� Q s F N� �.n4 � � � o>� . 3 �F ' o �$����g 7 F 8$ �om �,� a as Q" $ a �Q "c � ow � � �� - O � Ea`� �P �" z� m W �a" g � � � � � �7- .� _ �� � � ��� o � W ' tl w � 3 �� s . Z ;� N w b� �" �" ��a � � a 7 ¢ � � o o ef o= a„� �_. � 0 o m �a �7 �"7 `�� � �a �L , �r ai" � �`� �3 3W ya2 g g� d ,,, � '���� �� �� �� ��> >� �� °' �` �3'f '.tt,. �� - o < .. < . _ �` i ,�a �'o„� �g� �a'3; a: � �'x I t' �'� �'u�`d t1 �i1f If� �ill1 C�uf r,�i:f( e 7 6�6WJ—ZL1 ep — ' .>;, a �' � �, i 3 � il �a��—oz ���;��_ ;r =_ W ;� o m—atu�—Zm r�, n� " `;i� � ¢ tl7 W �"y W � � ��j { �� :�:'^'4 i.:s � < va�t--OZ �':��;�� ' � _ _ _ g � b r � T�11;T" G c �. • . . �~ ��:� ��� 3 � �f"� L ru"uti�"T�YY�'1"�'� � �. , � ,,, ., ��----�--- � �: � �� � �r�� _ ��y�� �' I r ��, � '�c:_ ��1���-� � � � i � < �1 � 3��` �� z TreJ k� a 1,�; .i� �, o � C% � ��� G-. ' ��';f E_i:i t b `i'_ k �,��,' ; �..,. , �� ; ; ��'�I ���.,. - S 3: ��� `-� ' ; �,i� �., ; �. �- � p i � : E � ; f �i� �- ? - 2 , �:'� � . , � �, �'.`�`��T".�r'�c�'G�t�R�` �'+��,' C�T�LiTt�� , �. rc��� 41-���: � c�;sr����r €3Tif�fT�:''J;=Ft�.� J. D. GREENHILL BUZZ KYLER PAUL FIERRO BRENDA RICHARDS STACY CLACK �EO LEWIS UTlLITY SECTI09V SUPERVI50R UTtUTY COORDINATOR UTILITY COORDIfVATOR UiILITY COORDtNATOR UTiLITY INSPECTOR UTILITY INSPECTOR 817-370- 817-370-6588 817-370-6&27 817-370-6865 CELL 817-307-1617 OFFICE 817-370-6589 UTiLiTY PERMlT COORDtNATflR (5Q) JQHRtSOftr COUNTYAREA OFFIC� RONA�D ROBINSON AREA ENGINEER RANDY BOWERS ASSISTANT AREA ENGfNEER JERRY STOUT UTILITY COORDINATOR - {51) WISE & JACK COUhITYAREA OFFlCES BiLL NELSON AREA ENGlNEER VACANT ASSISTANT AREA ENGINEER PAUL GLIQEIiVELL UTILIT( COORDtNATOR (62) tVORTH TARR.4NT COUNTYARFA OFF/CE {N. pF IH30) RICARDO GONZALES AREA ENGINEER OSCAR CHAVEZ ASST AREA ENGINEER I) {54) SOUTH TARRANT COUNTY AREA OFFtCE (S. OF IH30} GREG CEDIL�O AREA ENGINEER , � DAVID NEELEY ASSISTANT AREA Et�GINEER 817-313-3873 817-370-6523 CELL 817-307-1617 817-202-2900 817-202-29Q0 $�7-202-2900 940-626-3400 940-626-3400 940-626-3400 817-399-4302 817-399-4302 8'! 7-370-6640 817-37Q-6640 (5S) ERATH, HOOD & SOMERVE'LL COUN7YAREA OFFJC�S DAVID FOWLER AREA ENGiNEER 254-965-3511 DAVID BULLARD ASST AREA ENG. JUTILITY COORD. 254-965-3513 � (57) PARKER & PALO PIhtTO COUi4/TYAREA OFFICES JOHN CORDARY AREA ENGINEER STAN ELLIOTT ASST AREA EIVG.IUTILITY COORD. 682-229-2800 682-229-2800 DRIVEWAYS - SIGNALS - MESS�IGE BOARDS �, DRIVEWAY PERM6T5 WALLACE RENNELSDRIVEWAY PERMlT SUPERVISOR TRAFFIC SlGIVALS ROBERT SHAW SIGNAL SNOP SUPERVISOR 817-370-6526 817-370-6806 TRAFFIC MANAGEiUfEfVT - MESSAGE BOARDS ROBERT SHAW MESSAGE BOARDIFIBER SUPERVISOR 817-370-6806 B1LLY MANNING TRAFFIC SYSTEMS SUPERVISOR 817-370-6745 CELL 817-239-7Q24 ' FORT WORTH DlS7RICT lE�PA1NTEtVANCE OFFICES JOHNSON COl1iVTY MAINTENANCE RALPH GARZA MAINTENANCE SUPERVISOR 817-202-2900 Ronaid Rueter UTILITY INSPECT�R 817-2Q2-2905 CEI.L 817-659-8909 WtSE & JACK COUNTY 14199A11VTEt�ANCE RICKY TOMPKINS MAlNTENANCE SUPERVISOR 940-626-3400 KEtTH PROCHNOW UTILiTY INSPECTOR {WISE) 940-626-3400 GERRY STONE UTILlTY lNSPECTOR (WISEj 940-626-3400 JANA ROBINSON UTILITY [f�SPECTOR {JACK} 940-567-6611 NORTN TARRANT COUiVTY MAtI�ETENANCE SMOKEY PHILLIPS MAINTENANCE SUPERViSOR STACY CLACK UTILITY INSPECTOR SOUTH TARRANT COliNTY MA(f�TERlANCE , RALPH GARZA MAfNiENANCE SUPERVISOR BRENDA RICHARDS UTILITY INSPECTOR ERATH, HQOD, SOMERVELL COUNTY NIAINTEI�A�lCE JAMES HAND MAINTENANCE SUPERVISOR TOiVY MUidOZ UTILlTY INSPECiOFZ PARKER & PALO PINTO COUNT'Y IfAAtNTENANCE SCOTT JONES MAINTENANCE SUPERVISOR WAYNE FRAIZER UTILITY INSPECTOR (PARKER) 817-399-4350 CELL 817-313-3873 817-370-6903 CELL 817-307-1517 254-897-2647 254-897-2647 CELL 817-287-9802 682-229-2804 682-229-2806 l�f C.��� C7� �189�'r���i�d`CI�S CONTACT J.D. GREENH/LL AT 682-225-0796; LtGHTS AND TRAFF/C CONTROL DEVICES SHALL ALWAYS BF USED, AMD WILL BE IN STRICT ACCORDANCE WITH THE GUIDELI�IES OF TNE TMUTCD, CITY OF FORT WORTH CASINO BEACH AND WATERCRESS DRIVE IMPROVEMENTS, PHASE I MEW WATER METER SERVICES �vember21, 2012 repared by: Andrew C. Miller, EIT Reviewed by: Cletus R. MaRin, P.E. (Tx 81507) � °' � , ��p�� . i .i C � , � � ��i� �I s ENVIRONMENTAL ENGMEERS AND SQENTISTS APAI PROJECT N0: 0318-47-04 CI7Y PROJECT N0: C-01829 COT NO. METER TYPE LOT NO. METER TYPE LOT NO. METER TYPE LOT NO. METER TYPE LOT NO. METER TYPE LOT NO. METER TYPE WATERCRESS DRIVE 35 N --- 65 Y SHORT 95 N --- 133 N --- /�qNKlN ROAD 6 Y SHORT 36 Y SHORT 66 Y SHORT 96 Y LONG 134 N --- ��� Y SHORT 7 N --- 37 Y SHORT 67 N — 97 Y SHORT �35 Y SHORT 1�2 Y LONG 8 N --- 38 Y SHORT 68 Y SHORT 98 N — 136 Y SHORT 1�3 Y SHORT 9 Y SHORT 39 Y SHORT 69 Y LONG 99 Y �ONG 137 Y SHORT �14 Y LONG 10 N --- 40 N -- 70 Y SHORT �00 Y LONG �38 N -- 1�5 Y LONG 11 Y SHORT 41 Y SHORT 7� N -- 10� N -- 139 N --- 116 Y LONG 12 N --- 42 N -- 72 Y SHORT 102 N --- �40 Y SHORT '117 N -- 13 N --- 43 Y SHORT 73 Y LONG �03 Y SHORT 141 Y SHORT 1�8 N -- 14 Y LONG 44 N --- 74 Y SHORT 104 Y SHORT 142 Y SHORT 15 Y LONG 45 N --- 75 Y �ONG '105 Y SHORT '143 N -- SURFSIDE DRIVE 16 N -- 46 N --- 76 Y SHORT 106 N -- '144 Y SHORT 170 Y LONG 17 Y SHORT 47 Y SHORT 77 Y LONG �07 Y SHORT �45 Y SHORT 17'I Y �ONG �S Y SHORT 48 N -- 78 Y SHORT 108 Y SHORT 146 Y SHORT ��Z N — 19 Y SHORT 49 N --- 79 N --- '109 Y �ONG '147 N -- ��3 Y LONG 20 Y SHORT 50 N --- 80 Y LONG '110 N — '148 N -- �74 N --- 21 Y SHORT 51 Y LONG 81 N -- 1�9 Y SHORT 149 N --- ��5 Y LONG 22 Y SHORT 52 Y SHORT 82 Y LONG 120 N --- �50 Y SHORT 179 Y SHORT 23 Y SHORT 53 Y LONG 83 Y LONG '121 N — 15'i Y SHORT 18� Y SHORT 24 N -- 54 Y �ONG 84 Y SHORT 122 Y SHORT 152 Y SHORT 'I82 Y SHORT 25 N --- 55 Y SHORT 85 Y LONG 123 N -- 153 Y SHORT _ 26 Y SHORT 56 Y LON6 86 Y LONG '124 N --- 154 Y SHORT 27 Y SHORT 57 Y SHORT 87 N -- 125 N — 155 N -- 28 Y SHORT 58 Y LONG S8 Y LONG 126 N -- 156 Y �ONG 29 Y SHORT 59 Y SHORT 89 Y SHORT '127 N --- 157 N -- 30 Y SHORT 60 Y LONG 90 Y LONG 128 Y SHORT 31 Y SHORT 61 Y LONG 91 Y LONG '129 Y SHORT 32 Y SHORT 62 Y LONG 92 N --- 130 Y LONG 33 Y SHORT 63 Y SHORT 93 Y �ONG 13� Y SHORT 34 N --- 64 N --- 94 Y �ONG '132 Y LONG Subtoials �8 SHORT 12 SHORT t0 SHORT '11 SHORT 14 SHORT 5 SHORT 2 LONG 8 LONG 14 LONG 6 LONG 1 LONG 8 LONG TOTAL METERS �09 � TOTAISHORT 70 TOTAL LONC, 39 NOTE: FOR LOT NUMBER OWNERS IDENTIFICATION, P�EASE REFER TO CASINO BEACH AND WATERCRESS DRIVE WATER AND SANITARY SEWER IMPROVEMENTS, PLASE 1 PAGES G-004 THROUGH G-008 F:\projects\0318\047-04\W rk\Meter Stations.xlsx 1 of 1 �OI�T ���T�I BUREAU OF FIRE PREVENTION 1000 THROCKMORTON ST. FORT WORTH, TEXAS 76102 PHONE: (81'7) 392-6840 FAX (81'� 392-6867 FLAMMABLE AND COMBUSTIBLE LIQUtDS CONSTRUCTION PERMIT PERMIT #: DATE: PB #: CONTRACTOR INFOTtMATION PROJECT INFORMATTON NAME: NAME: ADDRESS: ADDRESS: NEVJ PERMIT RESUBMITTAL ADDITIONAL REVIEW (FIRST SUBMITTAL) � (PLANS NOT APPROVED} ❑ (ApPROVED PLANS) ❑ REASON FOR ADDITIONAL REVIEW: THIS PROJECT NEW TANK T�K TANK REMOVAL P�ING OTT�R (DESCRIBE BELOV� INCLUDES: � �PATR/ALTER. � REPAIRJALTER. � ❑ ❑ TANK SIZE: GALLONS. ���C'�OUND UNDERGROUND ❑ ❑ ARE FTRE PROTECTION SYSTEMS BEING INSTALLED FOR PROTECTION OF TFiE TArTIC(S)? IF YES, SEPARATE PERMIT IS REQUIRED FROM FIl2E DEPARTMENT BY T�iE LICENSBA FIRE YES ❑ NO .❑ PROTECTION CONTRACTOR Other Work Description: TANK INSTALLATION, ALTERATION, OR REMOVAL: PIPING AND DISPENSING: PERMIT FEES $250.00 P.ER Tf1NI{ * $250.04 PER SITE * PLAN SUBMITTAL REQUIItED FOR ALL PERMIT APPLICATIONS. See checklist on Page 2. *FEE INCLUDES ONE SUBMITTAL REVIEVJ, ONE PERMIT, ANll TWO IN3PECTTONS. AFTER TWO INITIAL INSPECTIONS, A FEE OF $75.00 PER IiOUR FOR EACIi INSPECTOR WILL BE CHARGED. RESUBMITTAL FEE IS ONE-HALF OF TF� FIRST SUBMITTAL FEB. EACFI ADDITIONAL REVIEW W1LL BE $150A�. PAGE 1 OF 2 MUST BE COMPLETED FOR EACA SUBMITI'AL BDM 7/9/09 PLAN SUBMITTAL PERMIT # A.PPLICABLE IFC AND IFC STANDARDS AS AMENDED BY TI-iE CITY OF FORT WORTH REQUIIZE SPECIFIC ITEMS TO BE PROVIDBD FOR PLAN REVIEW. TE� CONTRACTOR IS OBLIGATED TO PROVIDE ALL RELEVANT INFORMATION. TF� CONTRACTOR SHALL INDICATE BY PLACING A MARK (x) OR THE LETTER `Y' IN EACH BOX TI-3AT THE REQUIRED INFORMATION IS INCLUDED WITH T'HE SUBNIITTAL. IF SPECTFTC INFORMATION IS NOT REQUII2ED FOR TE� PROJECT, TE� CONTRACTOR SHAI,L SO INDICATE BY PLACING TI� LETTERS `NR' IN TI� APPROPRIATE BOX AND STATE WHY TI� INFORMATION IS NOT REOUIRED. ALL BOXES MUST BE FJLLED OUT. TF� BUREAU OF FIRE PREVENTION WILL NOT ACCEPT AN INCOMPLBTE CHECKLIST. PROVIDE ON ALL PLANS: NAME OF CONTRACTOR, ORIGINAL SIGNATCTRE OF APPLICANT, AND PERMIT NUMBER ALL OCCUPANT/OVJNER INFORMATTON IS PROVIDED (i.e. NAMES, ADDRESSES, PHONE NUMBERS) ALL GRAPHICAL INFORMATTON IS PROVIDED (i.e. SCALE, POTNTS OF COIviPASS, MATCHLINES, ETC.) ALL RELEVANT BUR.DING INFORMATION IS PROVIDED, AS NECESSARY. DRAWING IS TO SCALE INDICATING DISTANCES TO BUII.;DINGS, PROPERTY LINES, AND PUBLIC WAYS. Drawing indicates aIl pipe locations with d'zmensions, including fill, vent, vapor recovery, pumps, hose, shut offs, etc. FOR CONSTRUCTION, PROVIDE A THOROUGH FIRE CODE ANALYSIS OF CHAPTERS 22 AND 34 TO IDENTIFY COMPLIANCE WITH ALL APPLICABLE SECTIONS OF Tf� FORT WORTfi FIRE CODE. SPECIFTCATIONS OF: TANK. OVERFILL PROTECTTON, NORMAL VENTS, EMERGENCY VENTS, VAPOR RECOVERY, SPILL CONTROL AND SECONDARY CONTAINMENT, ETC. IJNDERGROUND TANKS AND PIPING SHALL NOT BE COVERED UNTII, AFTER INSPECTION AND APPROVAL BY TF� FIRE DEPARTMENT. TANKS AND PIPING SHALL NOT BB FILLED WITH FLAMMABLE OR COMBUS'TIBLE LIQUIDS UNTIL AFTER FINAL INSPECTTON AND APPROVAL BY THE FIIZE DEPARTMENT. PROVIDE COPY OF TCEQ CONSTRUCTION NOTIFTCATION IF TANK IS UNDERGROUND, OR I� TANK IS ABOVE- GROUND AND IS 1100 GALLONS OR MORE IN CAPACITY. FOR TANK REMOVAL, IDENTIFY COMPLIANCE WITfi ALL APPLICABLE SECTIONS OF 34042.13 AND 14 OF Tf� FORT VJORTH FIRE CODE, WHICH INCLUDE AMENDMENTS TO TI� 2003 INTERNATIONAL FIRE CODE. NOTE THAT TI� FORT WORTFI FTRE CODB INCLUDES SPECIFIC AMENDMENTS TO CHAPTER 34 OF TF� 2003 INTERNATIONAL FIRE CODE. IDENTg'Y COMPLIANCE WITH ALL SUCH APPLICABLE REQUIItEMENTS. PROVIDE A DESCRIPTTVE SCOPE OF WORK I HEREBY CERTIFY THAT TI� SUBMITTED PLANS CONTAIN ALL RELEVANT INFORMATION REQUIRED BY THE CITY OF FORT WORTH CODES AND STANDARDS. SIGNAT'[7RE: (MUST BB SIGNED BYSANIE PERSON THAT SIGNED PLAI�'.S) • • ( \ :. 1/1. �LEPxorrE # PAGE 2 OF 2 MUST BE COMPLETED FOR EACH SUBMITTAL BDM 7/9/09 �7 �� � � FORT '�i1rORTH FIRE DEPARTMENT FIRE rREVEN'�rON aCiREAU CONSTRUCTION PLANS REVIEW DATEt 8/29�12 PERMIT# FT12-Q0093 TO: PROJECT tVAMFJADDRESS: Cify of Fort Worth Wa�er McCart St. Pump Station 1519 11�' Ave. 8889 McCart Ave. Fo�i WorEh, TX 76142 Fort Worth, TX Drawings for one new 9,550 gallon UL 142 double-wall above ground outsida diesei storage tanks (AST) were submitted for review at the above-referenced site. Tank is a stationary belly tank for a diesel ganerator. Pians are Approved at this iime by the Fort Worth Fire Dept., subject to the following stipulations. AI! Section numbers referenced below are with respect to the Fort Worth Fire Code, unless noted otherwise. 1. Bolfard protecEion is not required due io an adequate setback from the asphalt parking lo# surface. 2. Confirm comp(iance with Fort 1North's guide for "Above-Ground Fuel Tanks for Fuel-Fired Equipment", specifically with regards to venting, overtill prevention, and signage, as attached. 3, Overfill prevenfion: 90% alarm and 95% automahc shut-off required for the subject tank, due to its size. 4. Venfinq: Note that all vents, including emergency vents, shall ex�end to ouiside of any enclosure or generatar housing to exi�aust to atmosp[�ere. 5. Siqnaqe: Provide "NO SMOKING', and "DIESEL" signage (minimum 2 inch letter heipht, but Fire inspector may require increased size if sign is not legible from fire lane. Provide NFPA 704 diamond sign on tanks per Sec6on 2703.5 and 34d4.2.3, with minimum 6 inch letter heic�ht, provided in accordance with Section 2703.6.�. 6. Leak detection: Electrical monitoring af tank interstitial space is required. 7. Calibration cha�t: Provide sign at ihe fill point for the tanSc, documenting the filiing procedure, which shall require the fueling �perator to determine the volume required for 90% capacify prior to flling, and fank calibration chart. 8. Grounded: Tank shall be properiy electrica(ly g�ounded as per NFPA 70 requirements. 9. Fie[d inspection shatl include witnessing the foltowing tests: a. Aboveground tanks sha[I be �ightness tesEec{ as per t�FPA 3Q requirements in the Presence of the fire lnspector (air test be�rveen 3 and 5 psi �or not less ihan 1 hour .or as per manufacturer requirements). P�eparations should be made to iill the tanks as designed for verificat[on of the averfill prevention fo be wiEnessed by ihe Fire 1 OF 2 �, FORT WORTI3 FIRE DEPARTMENT CONSTItUCTION PLANS REVIE'UV 08/29/2012 Inspector. b. Con�rmatian fhaf CFH rating of emergency vents maets or exceeds that required on the UL labet on fhe tank for both primary and secondary (intersiiiiai}. c. Verification tha� leak defection system is operaiianal anci funcfioning properiy, as required for tanK interstiEial space. � Note that #his plan review does not remove �he contractaPs responsibility io comp{y wifh a!I Building and Fire Godes and applicable laws associated with.the project and is subject to field inspection by the fire code official. To set up field inspecfion appointmenis, contact #he Bureau of Fre Prevention at 817-382- 683� to request inspection. Have fhe appticable permit numbers and site address available for reference. End of Comments. 2 OF 2 F�a RT �V�a RT H �� � FORT WORTH FIRE DEPARTMENT REQUII2EN�NTS FOR A.BOVE-GRCIUND FUEL TANKS FOR FUEL-FIRED EQUiPMENT (Not for Dispensi.ng) This docurrient is intended io pravide guidance �egarding compfiance with Flammable and Combustibte Liquids Tank Permit requirements for fuei tanks far fuel-fired eauipment, such as emergency generafors, in accordance wiih the Fort Worth Fire Code. This document does not address tanks insta[Ied for the purpose of dispensing fuel or undergraund tanks — reference the Fort Worfh Fire Code Chapters 22 and 34 for requirements associated with these types of installafions. All Section Numbers indicated in this document refer to the ForE Warth Fire Code, unless noted otherwise. 1. Flammable and Combustible Liquids Consiruciion Permit is required to install, alter, remove, or abandon a fxed tank installation containing flammable or combusiible liquids. 2: Outs'sde above-ground siorage�tanlc (AST) sha[1-be eitfier a UL 2085 (lisfed•protected secandary containment tank} or a UL '{42 (non-protected lister! secondary containment tank) tank, or ofher AST comp(ying with afl requirements of Chapter 34 of the Fire Code. a. Norma( venf shall eactend to 12 ft. above adjacent grade. b. Alt vents shall extend to discharge directly to aimosphere, i.e. outsid� of generator f�ousing, and be located at least 5 ft. from any ignition source, including engine exhaust. c. The fifl connect�on irtlei shall be provided wifh a rriinimum 5 gallon spill coniainer with drain. d. All tanks require vehicular impact protection per Section 312 where subject to such potential damage. e. Minimum setbacfc requi�ements from buildings and property lines must comply with NFPA 3d, dependent on size and type of #ank. 3. Inside AST shall comply with Chapter 34. Maximum capacity is 66Q ga[lons for UL 142 ciouble walled tanK containing diesel (C(ass [I combustible liquid). If tank exceeds that capaci�y, construction requirements change ta H-3 occupancy, or a UL 2085 tanlc may be uti(ized up to 3,OQ0 galions_ a. Aii fill and vettt lines, including all emergency relief vents, shall terminate ouiside of the buitding, located ' af least 5 ft. away from bui(ding openings, the proper�y line, and ignition sources, inciuding engine exhausi Normal vent shall extend to at least 12 ft. above adjacent grade_ b. The fitl cannection inlet shall 6e provided with a minimum 5 ga[lon spill container with drain and appropriate signage (NFPA 704). , 4. All tanks require overfill prevention, including 90% high level afarm and 95% automa�ic shut-ofF. Exception: Outside UL 142 tanks s 1,320 gal[ons shall only require the 90% alarm. 5. All ianks require signage: a. Provide sign ai ihe filf point for the tank, documenting the filling procedure, which shall require the fueling operator to determine the voIume required for 90% capaciiy prlor tQ filling, and tank calibraiion chart. b. Provide �No Smoking / No Open Flames" type signage, tank contents label, and NFPA 704 diamond hazard signs, per Section 2703, for all installations. NFPA 7�4 signs shall have hazards labeled as per the Material Safefy Data Sheet associated with ihat c�mmodity and having minimum letter height of 6 inches for outside installations and 4 inches for inside installations. NFPA 704 signs shall 6e loca�ed on the tank, at entrances to facil9ties where the tank is located, and at locations specified by fhe fire code official. Format example: FIl2E DEPARTIl�NT — BUREAU OF FIRE PREVENTION THE CITY OF FORT WORTH 1000 Tf�tOCKMORTON FORT WORTH, TEXAS ?6102 {8l9) 392-6840 FAX {8] 9) 392-6867 �a �� �'Vo ��r � F(ummabilify 3wza�d rating — red � Health ha;ard rattng — -btun a —�- InatabYly hazard tating — yellwv � Speci�zl E�azard 6. AI! tanks require�field.inspec6on priar fo filling ihe tank.- .._ . a. Field inspector shall r�vitness soap test (air tesf af 114% but no less ihan 5 psi for a minimum of 10 minutesj of a11 piping {fuel and vents), �rnless the tank is [acated oufside and is integral to the generator, i.e. belly iank. b. Fie1d inspector may require tightness test of tank (air fest befween 3 and 5 psi for not less than 1 hour). c. Preparations should be made to have a fuef truck present upon completion of all tightness testing of piping/#ank fo fil[ the tank far verifica#ion of the overfill protection to be wiinessed by the field inspector. d. Cor�iact 817-392-6840 to schedule inspections. Reference the Fort Worth Fire Code for addif9onal informaiion concerning req�irements associated wiih ihese iypes of insfallations. tJpdafed 9-1-92 FiRE DEPARTMENT — BUREAU OF FIRE PREVENTION TFiE CITSC OF FORT WORTH IOOO T[�tOCKMORTON FORT WORTH, TEXAS 7b102 (817) 392-5840 FAX (81 � 392-6867 .-� APPENDIX A HSQ RTU QUOTATION NO. 1307-0007-BN 1 Q� O 26227 Research Road sales@hsq.com Hayward, California 94545-3725 http://www.hsq.com TECHNDLOGY Tele�aiione: (SIO)ZS9-1334 ♦ Facsimile: (SIO)ZS9-1392 By Email tim.allen@fortworth ov.or� July 10, 2013 City of Fort Worth Attention: Tim Allen Reference: Casino Beach and Watercress Drive City of Fort Worth, Texas HSQ Quotation No.1307-0007-BN Tim: HSQ Technology is pleased to offer you a quotation in accordance Drawings I002 and I003. As per discussion with The City, this is to be a standard HSQ RTU and not as defined by the specifications. Included: • One (1) standard HSQ Mode125X86 RTU with Ethernet port, 1046 8DI board, power supply, battery backup, lightning surge arrestor, and MDS 9710- A transceiver all installed on a back panel mounted in a 36"H30"W 10"D NEMA 4X enclosure. Panel will have a UL label. • YAGI Antenna — shipped loose • Database and graphics • RTU drawing • Startup Telephone Support • RTU is FOB jobsite, or other location as specified by the contractor Excluded: • . • . . . . Installation Antenna mast Antenna cable, and two (2) cable connectors UPS and SPDs Ethernet switch Cabinet heater Interior light Conosion inhibitor Spare parts Training Coordination meetings Submittals other than R'TiJ drawings On-site Check-out, to include Field Test, Loop Test, and Acceptance Test Sales ta�c Bonds Promote Safety . . . Every Doy ! An Equal Opportunity Employer California Contractor's License 378393 00� TECHNOLOGY City of Fort Worth HSQ Quotation No. 1307-0007-BN Attention: Tim Allen Page 2 July 10, 2013 Our total lump sum price for the above is $15,900.00. This price is valid for a period of one-hundred and twenty (120) days. RTU can be delivered within ninety (90) days after receipt of a purchase order. Terms are prepaid, COD, or thirty (30) days on approval of credit. Please call the undersigned at (800) 486-6684 if you have any questions. Sincerely yours, HSQ TECHNOLOGY �� ��� ��� �� Bradley G. Needham Project Manager BGN/ks