Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 43754 (2)
CITY SECRETARY, CONTRACT NO. LlY?sci EXECUTED FORT WORTH. PROJECT MANUAL FOR THE CONSTRUCTION OF VILLAGE CREEK WRF DEEP FILTERS 1-20 MODIFICATIONS City Project No. 01628 Betsy Price Thomas Higgins Mayor City Manager S. Frank Crumb, P.E. Director, Water Department Andrew T. Cronberg, P.E. Assistant Water Director Engineering and Fiscal Services Farida S. Goderya, PH.D., P.E. Water Facilities Project Manager Sebastian Fichera, REM Assistant Water Director, Pollution Control Prepared for The City of Fort Worth Water Department VOLUME I JULY 2012 FREESE LS �7 aNICH In Association With: GAI I Gupta & Associates, Inc 10-12-12 P05:06 IN City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/25/2012 DATE: Tuesday, September 25, 2012 REFERENCE NO.: C-25887 LOG NAME: 60VILLAGE CREEK WRF DEEP FILTERS — CONSTRUCTION SUBJECT: Authorize Execution of a Contract in the Amount of $16,268,000.00 with Pepper —Lawson Construction, LP, for the Village Creek Water Reclamation Facility Deep Filters 1-20 Modifications (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the execution of a contract with Pepper —Lawson Construction, LP, for the Village Creek Water Reclamation Facility Deep Filters 1-20 Modifications, in the amount of $16,268,000.00. DISCUSSION: On January 25, 2011, (M&C C-24703) the City Council authorized the execution of an engineering Agreement with Freese and Nichols, Inc., for the design of Village Creek Water Reclamation Facility (VC WRF) Deep Filters (1-20) Modifications, in the amount of $800,750.00. On January 24, 2012, (M&C C-25418) Amendment No. 1 was authorized, in the amount of $232,000.00. The construction project consists of the rehabilitation of existing final clarifiers 1 through 20, including new underdrain system, wash water troughs, media replacement, influent, effluent and waste valves, air scour system, backwash pumps, waste wash water pumps, service water pumps, new control and MCC buildings, improved electrical and instrumentation, and miscellaneous related piping and valves. The project was advertised for bids on July 12, 2012 and July 19, 2012, in the Fort Worth Star —Telegram. On August 23, 2012, the following eight bids were received: Bidders Base Bid Alternate: Base Bid Plus Total Contract Amount A.I Alternate Time Pepper —Lawson Construction, LP $15,523,000.00 $745,000.00 $16,268,000.00 Archer Western Contractors, LLC. $16,228,370.00 $582,000.00 $16,810,370.00 Garney Companies, Inc. $16,878,403.00 $735,644.00 $17,614,000.00 Eagle Contracting, LP $16,961,000.00 $685,000.00 $17,646,000.00 730 Calendar Days BAR Constructors, Inc. $17,200,520.00 $664,500.00 $17,865,020.00 PCL Construction, Inc. $17,891,177.00 $740,000.00 $18,631,177.00 Ark Contracting Services, LLC $18,393,270.00 $750,000.00 $19,143,270.00 Layne Heavy Civil (f/k/a Reynolds, Inc.) $18,549,120.00 $700,880.00 $19,250,000.00 The contract is being awarded on the basis of Base Bid plus the Alternate (A.1). The total contract time, for the Base Bid including the Alternate (A.1), amounts to 730 Calendar Days. In addition to the contract cost, $100,000.00 is required for Staff time and $488,000.00 is provided for project contingencies. Pepper —Lawson Construction, LP, is in compliance with the City's M/WBE Ordinance by committing to 12 percent M/WBE participation. The City's goal on this project is 12 percent. This project serves the entire City and is located in COUNCIL DISTRICT 5. FISCAL INFORMATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, in the Sewer Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers P275 541200 701300162883 S16.268,000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Fernando Costa (6122) S. Frank Crumb (8207) Farida Goderya (8214) ATTACHMENTS 1. 60VILLAGE CREEK WRF DEEP FILTERS — CONSTRUCTION FAR.pdf 2. 60VILLAGE CREEK WRF DEEP FILTERS MWBE.pdf 3. P275--485111--701139990100.doc 4. Village Creek Location Map2.pdf CITY OF FORT WORTH, TEXAS WATER DEPARTMENT VILLAGE CREEK WRF DEEP FILTERS 1-20 MODIFICATIONS THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY DAVID R. JACKSON, P.E., TEXAS NO. 82675 ON JULY 3, 2012. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY RUSSELL REDDER, P.E., TEXAS NO. 92605 ON JULY 3, 2012. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY MATTHEW SCOTT JALBERT, P.E., TEXAS NO. 108658 ON JULY 3, 2012. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. DOCUMENTS ISSUED FOR CONSTRUCTION These "Issued for Construction" Contract Documents have been prepared by revising the Bidding Documents to record references to addenda, field orders or change orders issued as of September 26, 2012. The Bidding Documents may have been revised to incorporate these revisions directly into the "Issued for Construction" Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents, The Bidding Documents, as modified per the appropriate provisions of the Contract Documents, take precedence over these "Issued for Construction" documents. 10-12-12 P05:07 IN SECTION 00 00 00 TABLE OF CONTENTS VOLUME I 00 00 00 - 1 TABLE OF CONTENTS Page 1 of 11 Division 00 - General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Worker's Compensation Law 00 45 39 Minority and Women Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 70 00 Mobilization and Remobilization 00 72 00 Standard General Conditions of the Construction Contract 00 73 00 Supplementary Conditions GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates Appendix A Owner Selected Electric Motor Actuators for Valves Appendix B SCADA System Improvements Division 01. - General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Payment Procedures 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 13.13 Forms 01 32 17 Construction Progress Schedule 01 32 33 Photographic Documentation 01 33 00 Submittal Procedures 01 33 00.01 Table of Required Submittals 01 35 00 Special Procedures 01 35 16 Alteration Project Procedures 01 35 53 Security Procedures 01 40 00 Quality Requirements 01 42 16 Definitions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROTECT NO. 01628 000000-2 TABLE OF CONTENTS Page 2 of 11 01 50 00 01 57 00 01 60 00 01 70 00 01 74 23 01 75 00 01 78 23 Temporary Facilities and Controls Temporary Controls Product Requirements Execution and Closeout Requirements Final Cleaning Starting and Adjusting Operation and Maintenance Data Division 02 — Existing Conditions 02 41 00 Demolition Division 03 — Concrete 03 10 00 Concrete Formwork 03 20 00 Concrete Reinforcement 03 25 10 03 30 00 03 60 00 03 74 00 03 93 00 Concrete Joints Cast -In -Place Concrete Grout Modifications to Existing Concrete Concrete Repair and Rehabilitation Division 05 —Metals 05 05 10 Anchorages 05 50 10 Miscellaneous Metal Fabrications 05 52 20 Aluminum Handrails and Railings 05 53 20 Aluminum Grating and Checker Plate Division 07 — 07 90 00 07 16 10 Division 09 — 09 51 23 09 96 00.01 09 97 13 Division 22 22 10 00.01 22 14 29.16 Division 23 23 00 00 23 05 29 23 OS 53 23 05 63 23 05 93 23 07 13 23 07 19 23 23 00 23 31 13 23 33 00 Thermal and Moisture Protection Joint Sealants Modified Cement Waterproofing Finishes Acoustical Panel Ceilings High -Performance Coatings Pipeline Coatings and Linings — Plumbing Miscellaneous Piping and Appurtenances Submersible Sump Pump — Heating, Ventilation and Air Conditioning Basic Mechanical Materials and Methods Hangers and Supports Mechanical Identification HVAC Protective Coatings Testing, Adjusting and Balancing Duct Insulation Pipe Insulation Refrigerant Piping Metal Ducts Duct Accessories CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 23 34 23 Power Ventilators 23 37 13 Diffusers, Registers, and Grilles 23 81 26 Split System Air Conditioning Units VOLUME II Division 26 - Electrical Electrical -- GeneraI Provisions Medium Voltage Cables Wires and Cables (600 Volt Maximum) Grounding and Bonding System Electrical Support Hardware Electrical Buildings (EB) Raceways, Boxes and Fittings Cable Tray Underground System NEMA Frame Induction Motors, 600 Volts and Below Electrical Heat Tracing Power System Study Pad Mounted Transformers Distribution Dry -Type Transformers Low Voltage Distribution Switch Boards Panelboards Low Voltage Motor Control Centers Power Metering and Protective Relays Light Switches and Receptacles Low Voltage Enclosed Circuit Breakers and Disconnect Switches Low Voltage Motor Controllers and Contactors Low Voltage Variable Frequency Drives (VFDs) Mechanical Equipment Manufacturer's Provided Control Panels (MEMs) Electrical Control Panels (OEM's) Uninterruptible Power Supply System (UPS) Lightning Protection System EIectrical Demolition Low Voltage AC Surge Protective Devices (SPDs) Lighting System 26 00 00 26 05 13 26 05 19 26 05 26 26 05 29 26 05 30 26 05 33 26 05 36 26 05 43 26 05 50 26 05 60 26 05 73 26 12 19 26 22 13 26 24 13 26 24 16 26 24 19 26 27 13 26 27 26 26 28 16 26 29 13 26 29 23 26 29 86 26 29 87 26 33 53 26 41 00 26 41 19 26 43 13 26 50 00 000000-3 TABLE OF CONTENTS Page 3 of 11 Division 31 - Earthwork Soils for Earthwork Aggregates for Earthwork Care of Water During Construction Trench Safety Trenching and Backfill Seeding for Erosion Control 31 05 13 31 05 16 31 23 19.01 31 23 33.14 3123 33.19 31 25 13.13 Division 31 -- Exterior Improvements 32 01 26 Sawcut for Pavement 32 13 13 Concrete Paving 32 16 13 Rollover Curb and Gutter Division 33 - Utilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 n VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 000000-4 TABLE OF CONTENTS Page 4of11 33 05 01.02 33 05 01.10 33 05 01.13 33 11 13.13 33 11 13.16 33 12 16.13 33 12 16.16 33 12 16.23 33 12 16.26 33 12 16.33 33 12 16.35 Ductile Iron Pipe and Fittings Polyvinyl Chloride (PVC) Pressure Pipe and Fittings Sanitary Sewer Pipe (PVC) Steel Pipe Stainless Steel Pipe and Fittings Miscellaneous Valves Air Release and Air and Vacuum Valves Gate Valves Butterfly Valves Swing Check Valves Dual Disc Check Valves Division 40 — Process Integration 40 05 50 Fabricated Gates 40 05 53 Identification for Process Piping and Equipment 40 80 00 Testing 40 90 00 Instrumentation General Provisions 40 91 13 Field Instruments 40 92 13.13 Motorized Valve Actuators 40 94 44 Distributed Control System 40 95 15 Input/Output List 40 95 25 Panel Mounted Equipment 40 95 34 Fiber Optic Data Network 40 96 20 Field Instrument List 40 96 30 Control Loop Descriptions 40 96 35 Application Services Division 43 — Process Gas and Liquid Handling, Purification, and Storage Equipment 43 11 17 Multistage Centrifugal Blowers Division 44 — Pollution Control Equipment 44 00 00.02 Outside Piping and Insulation 44 42 56.02 Vertical Turbine Pumping Units Division 46 — Water and Wastewater Equipment 46 51 36 Fine Bubble Diffusers 46 61 11 Filter Underdrain Equipment 46 61 13 Filter Media 46 61 19 Wash Water Troughs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 TECHNICAL SPECIFICATIONS PREPARED BY: FREESE AND NICHOLS, INC MATTHEW SCOTT JALBERT, P.E. Division 01. - General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Payment Procedures 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 13.13 Forms 01 32 17 Construction Progress Schedule 01 32 33 Phaphic Documentation 01 33 00 Submittal Procedures 01 33 00.01 Table of Required Submittals 01 35 00 Special Procedures 01 35 16 Alteration Project Procedures 01 35 53 Security Procedures 01 40 00 Quality Requirements 01 42 16 Definitions 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 60 00 Product Requirements 01 70 00 Execution and Closeout Requirements 01 74 23 Final Cleaning 01 75 00 Starting and Adjusting 01 78 23 Operation and Maintenance Data Division 02 --- Existing Conditions 02 41 00 Demolition Division 09 — Finishes 09 96 00.01 High -Performance Coatings 09 97 13 Pipeline Coatings and Linings Division 22 — Plumbing 22 10 00.01 Miscellaneous Piping and Appurtenances 22 14 29.16 Submersible Sump Pump Division 31 - Earthwork 31 05 13 Soils for Earthwork 31 05 16 Aggregates for Earthwork 31 23 19.01 Care of Water During Construction 31 23 33.14 Trench Safety 31 23 33.19 Trenching and Backfill 31 25 13.13 Seeding for Erosion Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 000000-5 TABLE OF CONTENTS Page 5of11 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 000000-6 TABLE OF CONTENTS Page 6 of 11 Division 33 - Utilities 33 05 01.02 Ductile Iron Pipe and Fittings 33 05 01.10 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings 33 05 01.13 Sanitary Sewer Pipe (PVC) 33 11 13.13 Steel Pipe 33 11 13.16 Stainless Steel Pipe and Fittings 33 12 16.13 Miscellaneous Valves 33 12 16.16 Air Release and Air and Vacuum Valves 33 12 16.23 Gate Valves 33 12 16.33 Swing Check Valves 33 12 16.35 Dual Disc Check Valves Division 43 —Process Gas and Liquid Handling, Purification, and Storage Equipment 43 11 17 Multistage Centrifugal Blowers Division 44 —Pollution Control Equipment 44 00 00.02 Outside Piping and Insulation 44 42 56.02 Vertical Turbine Pumping Units Division 46 — Water and Wastewater Equipment 46 51 36 Fine Bubble Diffusers THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY MATTHEW SCOTT JALBERT, P.E., TEXAS NO. 108658 ON DULY 3, 2012. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER TIE TEXAS ENGINEERING PRACTICE ACT. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 TECHNICAL SPECIFICATIONS PREPARED BY: FREESE AND NICHOLS, INC RUSSELL REDDER, P.E. Division 40 — Process Integration 40 05 53 Identification for Process Piping and Equipment Division 46 — Water and Wastewater Equipment 46 61 11 Filter Underdrain Equipment 46 61 13 Filter Media 46 61 19 Wash Water Troughs THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY RUSSELL REDDER, P.E., TEXAS NO. 92605 ON JULY 3, 2012. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 00 00 00 - 7 TABLE OF CONTENTS Page 7 of 11 VILLAGE CREEK WR.F DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 000000-8 TABLE OF CONTENTS Page 8 of I1 TECHNICAL SPECIFICATIONS PREPARED BY: FREESE AND NICIHOLS, INC DON LAMPE, P.E. Division 23 — Heating, Ventilation and Air Conditioning 23 00 00 Basic Mechanical Materials and Methods 23 05 29 Hangers and Supports 23 05 53 Mechanical Identification 23 05 63 HVAC Protective Coatings 23 05 93 Testing, Adjusting and Balancing 23 07 13 Duct Insulation 23 07 19 Pipe Insulation 23 23 00 Refrigerant Piping 23 31 13 Metal Ducts 23 33 00 Duct Accessories 23 34 23 Power Ventilators 23 37 13 Diffusers, Registers, and Grilles 23 81 26 Split System Air Conditioning Units THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY DONALD W. LAMPE, P.E., TEXAS NO. 50183 ON MAY 25, 2012. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 TECHNICAL SPECIFICATIONS PREPARED BY: JASTER-QUINTANILLA NATHAN T. PINKSTON, P.E. Division 03 --. Concrete 03 10 00 Concrete Formwork 03 20 00 Concrete Reinforcement 03 25 10 03 30 00 03 60 00 03 74 00 03 93 00 Concrete Joints Cast -In -Place Concrete Grout Modifications to Existing Concrete Concrete Repair and Rehabilitation Division 05 — Metals Anchorages Miscellaneous Metal Fabrications Aluminum Handrails and Railings Aluminum Grating and Checker Plate 05 05 10 05 50 10 05 52 20 05 53 20 Division 07 — Thermal and Moisture Protection 07 90 00 Joint Sealants 07 16 10 Modified Cement Waterproofing THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY NATHAN T. PINKSTON, P.E., TEXAS NO. 110749 ON MAY 25, 2012. JQ INFRASTRUCTURE, TEXAS REGISTERED ENGINEERING FIRM F- 7986. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 000000-9 TABLE OF CONTENTS Page 9 of I 1 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO.0I628 000000-10 TABLE OF CONTENTS Page 10 of 11 TECHNICAL SPECIFICATIONS PREPARED BY: d:ASTER QU NTANILLA C. RAAJAN MEHTA , P.E. Division 09 —Finishes 09 51 23 Acoustical Panel Ceilings Division 31-- Exterior Improvements 32 01 26 Sawcut for Pavement 32 13 13 Concrete Paving 32 16 13 Rollover Curb and Gutter Division 33 - Utilities 33 12 16.26 Butterfly Valves Division 40 — Integration 40 05 50 Fabricated Gates THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY C. RAAJAN MEHTA, P.E., TEXAS NO. 89399 ON MAY 25, 2012. IQ INFRASTRUCTURE, TEXAS REGISTERED ENGINEERING FIRM F- 7986. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF TI-.E RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROTECT NO. 01628 000000- 11 TABLE OF CONTENTS Page I of 11 TECHNICAL SPECIFICATIONS PREPARED BY: GUPTA AND ASSOCIATES, INC. Division 26 - Electrical Electrical — General Provisions Medium Voltage Cables Wires and Cables (600 Volt Maximum) Grounding and Bonding System Electrical Support Hardware Electrical Buildings (EB) Raceways, Boxes and Fittings Cable Tray Underground System NEMA Frame Induction Motors, 600 Volts and Below Electrical Heat Tracing Power System Study Pad Mounted Transformers Distribution Dry -Type Transformers Low Voltage Distribution Switch Boards Panelboards Low Voltage Motor Control Centers Power Metering and Protective Relays Light Switches and Receptacles Low Voltage Enclosed Circuit Breakers and Disconnect Switches Low Voltage Motor Controllers and Contactors Low Voltage Variable Frequency Drives (VFDs) Mechanical Equipment Manufacturer's Provided Control Panels (MEMs) Electrical Control Panels (OEM's) Uninterruptible Power Supply System (UPS) Lightning Protection System Electrical Demolition Low Voltage AC Surge Protective Devices (SPDs) Lighting System 26 00 00 26 05 13 26 05 19 26 05 26 26 05 29 26 05 30 26 05 33 26 05 36 26 0S 43 26 05 50 26 05 60 26 05 73 26 12 19 26 22 13 26 24 13 26 24 16 26 24 19 26 27 13 26 27 26 26 28 16 26 29 13 26 29 23 26 29 86 26 29 87 26 33 53 26 41 00 26 41 19 26 43 13 26 50 00 V.K. GUPTA, P.E. Division 40 — Process Integration 40 80 00 Testing 40 90 00 Instrumentation General Provisions 40 91 13 Field Instruments 40 92 13.13 Motorized Valve Actuators 40 94 44 Distributed Control System 40 95 15 Input/Output List 40 95 25 Panel Mounted Equipment 40 95 34 Fiber Optic Data Network 40 96 20 Field Instrument List 40 96 30 Control Loop Descriptions 40 96 35 Application Services END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 n THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY V.K. GUPTA, P.E., TEXAS NO. 53097 ON MAY 25, 2012. GUPTA & ASSOCIATES, INC, TEXAS REGISTERED ENGINEERING FIRM F-2593. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROTECT NO. 01628 ADDENDUM NO. 6 CITY OF FORT WORTH PROJECT NO. 01628 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODIFICATIONS August 22, 2012 BID DATE: Thursday, August 23, 2012, 1:30 PM The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Proposal SPECIFICATIONS: A6-1 SPECIFICATION 00 41 00 BID FORM A. Reference Page 2 of 3, Item No, 5 Attached to this Bid: Remove item "f. Prequalification Statement, Section 00 45 12" in its entirety from the list. qE OF TF1 1 ;gyp, eeeeaege .t °° j °e9 s t► or* e° /` a *// Of eee°n°eeeeeeeeeeeeeeee°eeee f oe DAVID R. JACKSON / iiii oeeeeese°eoeeeee°eeeeenw / 82675 ,./. %®e. e IfeS'c4 kVti.e ...es ge` \� FREESE AND NtLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO. 6 Addendum No. 6 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications 1 of 1 ADDENDUM NO. 5 CITY OF FORT WORTH PROJECT NO. 0162E VILLAGE CREEK WRF DEEP FILTERS 1-20 MODIFICATIONS August 21, 2012 BID DATE: Thursday, August 23, 2012, 1:30 PM The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Proposal. GENERAL CLARIFICATION: A5-1 At the time of bid, the Contractor shall submit the updated Section 00 42 43 BID PROPOSAL, which was re -issued per Addendum No. 1, Item A1-3. SPECIFICATIONS: A5-2 SPECIFICATION 00 00 00 TABLE OF CONTENTS A. Reference Page 3 of 11 and add the following specification title to the table of contents under Division 26: "26 29 13 Low Voltage Motor Controllers and Contactors". B. Reference Page 11 of 11 and add the following specification title to the table of contents under Division 26: "26 29 13 Low Voltage Motor Controllers and Contactors". A5-3 SPECIFICATION 00 41 00 BID FORM A. Replace this section in its entirety with the attached sheets. A5-4 SPECIFICATION 22 14 29.16 SUBMERSIBLE SUMP PUMP A. Reference Page 2 of 2, Section 2.01, D.: Remove Part D. in its entirety. A5-5 SPECIFICATION 33 12 16.26 — BUTTERFLY VALVES A. Reference Addendum No.4, Item A4-8 and replace the words "Valves larger than 24" shall have adjustable seat on the disc." with the following: "Valves 24-inch and larger shall have mechanically retained seats, either on the disc or in the body, so the seats can be adjusted in -place with standard hand tools, in a wet condition with water on the back side of the disc. No epoxy -retained seat design will be allowed." B. Reference Page 2 of 4, Section 2.01,B.: Add the following: "3. Valve Bonnet a. 36-inch Filter Inlet and Filter Waste valves shall be equipped with extended torque -tube style bonnets." A5-6 SPECIFICATION 40 91 13 — FIELD INSTRUMENTS A. Reference Page 6 of 21, Section 2.03, A., 2.: Remove the word "Approved Equal" and replace with the following: "2. BF" Addendum No. 5 1 of 2 FTW11144 -- Village Creek WRF Deep Filters 1-20 Modifications A5-7 SPECIFICATION 43 11 17 -- MULTISTAGE CENTRIFUGAL BLOWERS A. Reference Page 5 of 9, Section 2.03, F.: Add the following sentence at the end of the paragraph: "In addition, the discharge valves on each blower shall be electrically actuated (non -modulating)." A5-8 SPECIFICATION 46 61 11 -- FILTER UNDERDRAIN EQUIPMENT A. Reference Page 4 of 11, Section 2.01. B: Remove this section in its entirety and replace with the following: "Non -shrink grout (Class I) shall conform to the applicable requirements of Section 03 60 00 "Grout." Selection of grout type shall be in accordance with the underdrain manufacturer's recommendations." DRAWINGS: A5-9 SHEET F-17, SEQ_ #33 A. Reference Note By Symbol #2 and add the following sentence to the end of the note: "The Fiberglass Enclosure is approximately 20-feet from the Filter No. 1 north wall." A5-10 SHEET BW-6, SEQ. #63 A. Replace this sheet in its entirety with the attached sheet. A5-11 SHEET SW-1, SEQ. #64 A. Replace this sheet in its entirety with the attached sheet. A5-12 SHEET SD-9, SEQ. #86 A. Add the following general note to Detail #1: "6. For bolts requiring threaded insertion, Contractor may tap wall plate and insert threaded bolt through threaded flange hole and into wall plate. Threaded bolt shall fully seat in 3/4-inch plate." A5-13 SHEET E-19, SEQ. #111 • A. Reference the Switchboard A One -Line Diagram and delete the note by symbol #4 from Circuit 8A. A5-14 SHEET E-20, SEQ. #112 A. Reference Switchboard A One -Line Diagram and delete the note by symbol #1 from Circuit 7B. :* %*// * fI��VV t*�j coeeeeaeeer"®aba®eao®sreee 00, DAVID R. JACKSON 00 e®Reuesse oe-noaa.a BeRae e f lip% 82675 wJ' f1.SS ,CENSs �y FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO. 5 Addendum No. 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: Units/Sections: 1. Enter Into Agreement 1628 SECTION 00 41 00 I3ID FORM Village Creek WRF Deep Filters 1-20 Modifications 00 41 00 BID FORM Page 1 of3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of ail costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 00 41 00 BID FORM Paget of3 3. Prequa1ifcation A project specific prequalification is required on this project regardless of whether the Contractor has participated in the annual prequahfication process for City of Fort Worth projects. Reference Section 00 45 11 PREQUALIFICATION for requirements. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 730 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form Section d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6,2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Revised 20110627 VILLAGE CREEK. WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid Total Bid 7. Bid Submittal This Bid is submitted on by the entity named below. Respectfully submitted, By: (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00 BID FORM Page 3 of 3 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Addendum No. 5: Corporate Seal: VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 ADDENDUM NO. 4 CITY OF FORT WORTH PROJECT NO. 01628 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODIFICATIONS August 17, 2012 BID DATE: Thursday, August 23, 2012, 1:30 PM The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Proposal. GENERAL: A4-1 Submission of Bid Documents: The City of Fort Worth does not require that the entire Volume I of the Contract Documents be submitted with the bid documents. A4-2 Pre -qualification of General Contractors: The following general contractors have been pre -qualified to submit bid documents: • Pepper Lawson Construction • Archer Western Construction, L.L.C. • Garney Construction • Ark Contracting Services • Eagle Contracting L.P. • Oscar Renda Contracting • PCL Construction, Inc. • Layne Heavy Civil, Inc. • BAR Constructors, Inc. • Laughlin -Thyssen, Inc. SPECIFICATIONS: A4-3 SPECIFICATION 01 11 00 - SUMMARY OF WORK A. Reference Page 3 of 4, Section 1.06, B: Clarification: The contractor is not responsible for the electrical cost of running the treatment units. A4-4 SPECIFICATION 01 31 00 - PROJECT MANAGEMENT AND COORDINATION B. Reference Page 2 of 12, Section 1.05, A: Replace the sentence beginning "The owner has already submitted..." with the following: "The Fort Worth Water Department has applied for and received building permits for this project from the Planning and Development Department for all related disciplines. Following award of the contract, the Contractor will obtain the permits and do all necessary follow-up during construction." A4-5 SPECIFICATION 01 50 00 -TEMPORARY FACILITIES AND CONTROLS A. Reference Page 3 of 4, Section 3.01, A: Add the following sentence to the end of the paragraph: "The engineer's temporary facilities are already on site." A4-6 SPECIFICATION 26 24 13 - LOW VOLTAGE DISTRIBUTION SWITCHBOARDS Addendum No. 4 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications 1 of 9 A. Reference Page 5 of 13, Section 1.02: In paragraph-2, replace "65,000 rms" with "100,000 rms". A4-7 SPECIFICATION 26 29 86 -- MECHANICAL EQUIPMENT MANUFACTURER'S PROVIDED CONTROL PANELS (MEMs) A. Reference Page 1 of 21, Section 1.02, G.: Remove this section in its entirety. A4-8 SPECIFICATION 33 12 16.26 - BUTTERFLY VALVES A. Reference Page 2 of 4, Section 2.01, A: Add the following sentence after the words"...valve disc or body.": "Valves lager than 24" shall have the adjustable seat on the disc.". A4-9 SPECIFICATION 33 12 16.33 - SWING CHECK VALVES A. Reference Page 2 of 3, Section 2.01, D, 2: Replace "Series 100SR" with "Series 100". B. Reference Page 3 of 3, Section 2.02, F.: Add the following to this section : "3. DeZurik/APCO Model 100SR-PDI", A4-10 SPECIFICATION 40 91 13 - FIELD INSTRUMENTS A Reference Pane 4 of 71 Sentinn 1 nR A• Mnrlifv the first sentenre to react "The manufacturer shall warrant the equipment to be free from defects in material and workmanship for two (2) years from date of final acceptance of the equipment containing the items specified in this Section." B. Reference Page 15 of 21 Section 2.11, G: Modify the first sentence to read "The manufacturer shall warrant the turbidimeter against defects in materials and workmanship for two years from date of final acceptance." A4-11 SPECIFICATION 40 94 44 - DISTRIBUTED CONTROL SYSTEM A. Reference Page 5 of 14 Section 1.06, A: Modify the first sentence to read "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 containing the items specified in this Section." A4-12 SPECIFICATION 40 95 25 - PANEL MOUNTED EQUIPMENT A. Reference Page 3 of 11 Section 1.06, A: Modify the first sentence to read "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 containing the items specified in this Section." A4-13 SPECIFICATION 40 96 35 - APPLICATION SERVICES A. Reference Page 5 of 9, Section 1.05, A: Modify the first sentence to read "All application software programming provided under this contract shall be warranted in accordance with Section 00 21 13." B Reference Page 5 of 9, Section 1.06, A: Modify the first sentence to read "Prior to final acceptance of the system and owner training, Operating and Maintenance Manuals covering instruction and maintenance on each type of equipment shall be furnished in accordance with the Section 01 78 23." A4-14 SPECIFICATION 44 42 56.02 - VERTICAL TURBINE PUMPING UNITS A. Reference Page 24 of 28, Section 2.01, G, 2, a: Modify the first sentence to read "...including an oil reservoir with a capacity of 5 gallons." A4-15 SPECIFICATION 46 61 13 - FILTER MEDIA Addendum No. 4 2 of 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications IM A. Reference all sections: Replace "AWWA B100" and "AWWA B100-96"with "AWWA B100-09" in all locations. B. Reference all locations: Delete all references to AWWA B604 in all locations. C. Reference Page 2 of 8, Section 1.03, A, 2: Replace the words "actual lots of material to be supplies" with "actual lots of material to be provided, as determined by production run,". D. Reference Page 3 of 8, Section 1.04, C: Add the following sentence: "Storage on pallets is one acceptable method of storing material off of ground.". E. Reference Page 3 of 8, Section 2.01, B, 3: Replace "3 percent" with "2 percent" and "three times" with "five times". F. Reference Page 4 of 8, Section 2.01, C, 8: Replace "1-ton" with "1 to 2 ton". G. Reference Page 4 of 8, Section 2.01, D, 5: Delete the words "No. 1 1/2". H. Reference Page 4 of 8, Section 2.01, D, 8: Replace "1-ton" with "2,000 — 2,600 pound". A4-16 SPECIFICATION 46 61 19 — WASH WATER TROUGHS A. Reference Page 1 of 2, Section 1.02, A, 1: Replace "F.B. Leopold Company" with "Leopold Brand as manufactured by Xylem, Inc." B. Reference Page 1 of 2, Section 1.02, A, Add the following to this section: "4. Fiberglass Fabricators" DRAWINGS: A4-17 SHEET G-2, SEQ. #2 A. Reference General Note 51: Delete the existing General Note 51 and replace it with the following: "51. The Fort Worth Water Department has applied for and received building permits for this project from the Planning and Development Department for all related disciplines. Following award of the contract, the Contractor will obtain the permits and do all necessary follow-up during construction." A4-18 SHEET F-2, SEQ. #18 A. Reference Note By Symbol 5: Add the following to the end of Note By Symbol 5: "Carbon steel is acceptable for the temporary piping." A4-19 SHEET F-4, SEQ. #20 A. Reference Top Plan: The elbow shown at the northwest corner of Filter No. 10 should show a horizontal bend with no vertical drop. A4-20 SHEET F-7, SEQ. #23 A. Reference Section 2 F-4/F-7: There should be a manually -operated 18" butterfly valve shown in the 18-ALP-SS pipe in Filter No. 12 near the elbow on the right of Section 2. See Top Plan on Sheet F-4 for the location. A4-21 SHEET F-8, SEQ. #24 A. Reference Pipe Hanger Detail 340 Type H: Pipe hangers shall be 316 stainless steel. A4-22 SHEET F-9, SEQ. #25 A. Reference General Note 2: Add the following to General Note 2: "The filter media is not expected to be a hazardous material." A4-23 SHEET F-11, SEQ. #27 Addendum No. 4 3 of 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications A. Reference General Note 3: Add the following to General Note 3: "The filter media is not expected to be a hazardous material." A4-24 SHEET F-14, SEQ. #30 A. Reference General Notes: Add the following General Note: "5. Contractor shall make field measurements and account for any misalignment of existing piping before installing new equipment." A4-25 SHEET F-16, SEQ. #30 A. Reference General Notes: Add the following General Note: "6. Contractor shall make field measurements and account for any misalignment of existing piping before installing new equipment." A4-26 SHEET SD-2, SEQ. #79 A. Reference Detail 329: Add the attached Detail 329 to this drawing. A4-27 SHEET SD-14, DET. #2 A. Add "#12 If cementitious grout finish is loose, spalled, delaminated or hollow sounding, remove and replace in accordance with specification Section 03 33 00. Structural repairs to concrete shall be made prior to application of grout rub repairs. New grout rub shall be a cement mortar in accordance with specification Section 03 33 00 and applied with a bonding agent. Thickness of grout rub shall match adjacent existing grout thickness." A4-28 SHEET SD-14, DET. #1 A. Add "Assume 50 linear feet for bidding purposes." A4-29 SHEET SD-14, DET. #3 A. Add "Assume 350 linear feet for bidding purposes A4-30 SHEET SD-14, DET. #5 A. Add "Assume 200 linear feet for bidding purposes." A4-31 SHEET E-3 A. In the table, replace the location for the RIGID NON-METALLIC, SCHEDULE 40 PVC CONDUIT "UNDERGROUND ENCASED IN RED DYE REINFORCED CONCRETE" with "UNDERGROUND DUCTBANKS". A4-32 SHEET E-6 A. On note-6, replace the word "THROUGH" with "TROUGH OR TRENCH". B. On note-7, replace the word "THROUGH" with "TROUGH OR TRENCH". A4-33 SHEET E-12 A. Remove note tag 5 from EXISTING PHONE J-BOX. B. Add note tag 5 on EXISTING TERMINATION CABINET RTU-16. C. Show demolition hatch to "EXISTING PURAFIL GAUGES". A4-34 SHEET E-13 A. On note-8, replace the word "THROUGH" with "TROUGH OR TRENCH". A4-35 SHEET E-14 A. On note-8, add to the end of the note; "UNLESS OTHERWISE STATED". Addendum No. 4 4 of 9 FTW11104--Village Creek WRF Deep Filters 1-20 Modifications A4-36 SHEET E-16 A. Replace sheet E-16 in entirety with attached sheet E-16. A4-37 SHEET E-19 A. Replace sheet E-19 in entirety with attached sheet E-19. A4-38 SHEET E-20 A. Replace sheet E-20 in entirety with attached sheet E-20. A4-39 SHEET E-21 A. Replace sheet E-21 in entirety with attached sheet E-21. A4-40 SHEET E-23 A. Add note tag 5 to wireway on ODD numbered breakers. B. Add note tag 4 to wireway on EVEN numbered breakers. C. Remove word "EXISTING" from callout "EXISTING CABLE TRAY IN PIPE GALLERY" D. Add callout "NEMA12 ENCLOSURE" to panel PP-1. E. Add note-4 with the following, "REFER TO SHEET E-35 FOR DETAILS." F. Add note-5 with the following, "REFER TO SHEET E-40 FOR DETAILS." G. Add ELECTRICAL MANHOLE DETAIL as per attached figure E-23A. A4-41 SHEET E-24 A. Add note tag 6 to wireway on ODD numbered breakers. B. Add note tag 5 to wireway on EVEN numbered breakers. C. Remove word "EXISTING" from callout "EXISTING CABLE TRAY IN PIPE GALLERY" D. On BREAKER 31,33,35: a. Replace "50A/3P" with "90A/3P". b. Replace wire size "TC-41C#6,1 "C" with "TC-41C#2,2"C". c. Conduit PP2-11 does not route via cable tray in pipe gallery. Remove cable tray for conduit "PP2-11". d. On TX -LB, replace "30KVA" with "45KVA". e. Add wire size "4#2/0,#1G,2"C" for conduit tag TXLB-P. E. Conduit PP2-14 routes via cable tray in pipe gallery. Add cable tray. F. Add callout "NEMA12 ENCLOSURE" to panel PP-2. G. Add note-5 with the following, "REFER TO SHEET E-35 FOR DETAILS." H. Add note-6 with the following, "REFER TO SHEET E-40 FOR DETAILS." A4-42 SHEET E-25 A. Add note tag 6 to wireway on ODD numbered breakers. B. Add note tag 5 to wireway on EVEN numbered breakers. C. Remove word "EXISTING" from callout "EXISTING CABLE TRAY IN PIPE GALLERY" D. Add callout "NEMA12 ENCLOSURE" to panel PP-3. E. Add note-5 with the following, "REFER TO SHEET E-35 FOR DETAILS." F. Add note-6 with the following, "REFER TO SHEET E-40 FOR DETAILS." A4-43 SHEET E-26 A. Add note tag 6 to wireway on ODD numbered breakers. B. Add note tag 5 to wireway on EVEN numbered breakers. C. Remove word "EXISTING" from callout "EXISTING CABLE TRAY IN PIPE GALLERY" Addendum No. 4 5 of 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications D. On BREAKER 31,33,35: a. Replace wire size "TC-4/C#6" with "TC-4/C#2,2"C". b. Conduit PP4-11 does not route via cable tray in pipe gallery. Remove cable tray for conduit "PP4-11". c. On TX -LC, replace "30KVA" with "45KVA". d. Add wire size "4#2/0,#1G,2"C" to conduit tag TXLC-P. E. Add callout "NEMA12 ENCLOSURE" to panel PP-4. F. Add note-5 with the following, "REFER TO SHEET E-35 FOR DETAILS." G. Add note-6 with the following, "REFER TO SHEET E-40 FOR DETAILS." A4-44 SHEET E-27 A. On PANEL PP-5 ONE -LINE DIAGRAM: a. Add wire size to motor 320, "1-41C#12, 3/4"C". b. Add wire size to motor 321, "1-41C#12, 3/4"C". c. Add wire size to motor 322, "1-4/C#12, 314"C". d. Add wire size to motor 323, "1-4/C#12, 3/4"C". e. Add the word, "(TYP.)" to note tag 4. f. Add callout "NEMA12 ENCLOSURE" to panel PP-5. B. On PANEL PP-6 ONE -LINE DIAGRAM: a. On TX-LD, replace "1W" with "120". b. Add wire size "4#6, #6G,1-1/4"C" to conduit tag TXLD-P. c. On PANEL LD, add the following "NEMA 4X, 316 SS". A4-45 SHEET E-28 A. On PANEL LA, Replace the main size "175A/3P" with "150A/2P". B. On PANEL LB, Replace the main size "200A/3P" with "125A/3P". C. On PANEL LD, Replace the mounting description "NEMA 12" with "NEMA 4X, 316 SS" D. On PANEL LC, Replace the main size "200A" with "125A/3P". E. Add note-2 with the following, "THE HEAT TRACE CIRCUIT LB-15 SHALL BE 5MA GFI BREAKER." A4-46 SHEET E-32 A. Replace sheet E-32 in entirety with attached sheet E-32. A4-47 SHEET E-33 A. Add note tag 4 to PLAN callout at bottom of sheet. B. Add note-4 with the following, "CONDUITS SHALL BE FIELD ROUTED." A4-48 SHEET E-34 A. In DETAIL callout 1, 2, 3, & 4 change reference "E-32" to "E-34". B. Add note tag 2 to PLAN callout at bottom of sheet. C. Add note-2 with the following, "CONDUITS SHALL BE FIELD ROUTED." A4-49 SHEET E-35 A. On DETAIL-2, FILTER NO.1 POWER J-BOX, add "MIN." at the end of enclosure dimension. B. On FILTER UPPER -LEVEL DIAGRAM, remove note tag 4 in JP-XX box. A4-50 SHEET E-37 A. On note-3, replace the word "UMBER" with "NUMBER". Addendum No. 4 6 of 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications B. Add note-8 with the following, "CABLE TRAY ROUTING AS SHOWN IS APPROXIMATE. THE CONTRACTOR SHALL FIELD ROUTE THE CABLE TRAY TO AVOID ANY CONFLICTS. " Add note-8 reference to the plan views." A4-51 SHEET E-38 A. Add note-3 with the following, "ALL CONDUITS SHALL BE FIELD ROUTED." Add note-3 reference to the plan views." A4-52 SHEET E-39 A. Add note-3 with the following, "ALL CONDUITS SHALL BE FIELD ROUTED." Add note-3 reference to the plan views." A4-53 SHEET E-40 A. On VALVES DISCONNECT PANEL DETAIL-1: a. Call out "NEMA 4X, 316 SS DISCONNECT (TYP.)" b. Call out "NEMA 4X, 316 SS HINGED WIREWAY" B. On TERMINATION CABINET DETAIL-2, replace "18"x18"x12" TERMINATION CABINET" with "18"x18"x12" MIN. NEMA 4X, 316 SS TERMINATION CABINET". A4-54 SHEET E-41 A. Replace tag "SWBA-6B" with "SWBA-7A" for equipment designated as "5". B. Replace tag "SWBA-6B" with "SWBA-7B" for equipment designated as "4". C. Replace tag "MCFA-14P" with "LA-14,16" for equipment designated as "10". D. On equipment table no.5, replace "VFD-SW11" with "SS-SW11". E. On equipment table no.4, replace "VFD-SW12" with "SS-SW12". F. On equipment table no.10, add to the end of SERVICE WATER PUMP, "VFD-SW14". A4-55 SHEET E-42 A. Add "WP/GFCI (TYP.)" to the outdoor receptacle on south side of the electrical building on the ELECTRICAL BUILDING NO.1 LIGHTING PLAN. B. Replace tag "RIO-111" with "RIO-118 C, Add empty conduit tag from MCC -FA "RIO-118" D. Add note-4 with the following, "PROVIDE POWER TO THE HVAC UNIT-1 & 2. THE WIRE, CONDUIT AND BREAKER SIZE SHALL BE DETERMINED BASED ON THE UNIT FURNISHED BY BUILDING MANUFACTURER." A4-56 SHEET E-43 A. On box 13 & 14, add note tag 4. B. On ELECTRICAL ROOM CABLE TRAY PLAN-2, replace all note tag 3 with note tag 1 next to the cable trays. C. On note-3, add to end of sentence the following, "TO BE INSTALLED BY THE CONTRACTOR." D. Add note-4 with the following, "BLOWER MANUFACTURER PROVIDED SOFT START TO BE INSTALLED BY THE CONTRACTOR." A4-57 SHEET E-44 A. Replace sheet E-44 in entirety with attached sheet E-44. A4-58 SHEET E-45 A. Replace sheet E-45 in entirety with attached sheet E-45. A4-59 SHEET E-46 A. Remove title from "LIGHT CONTROL -EAST END DETAIL. Addendum No. 4 7 of 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications B. On DETAIL-3, add "316 SS" to callout UNISTRUT. C. On JUNCTION BOXES DETAIL, replace callout "16"X16"X8" ENCLOSURE (TYP.)" with "NEMA 4X, 316 SS 16"X16"X8" MIN. ENCLOSURE (TYP.)" . D. On PANEL PP6 & PANEL LD DETAIL, add "316 SS" to callout UNISTRUT. E. Add note-2 with the following, "ALL CONDUITS SHALL BE FIELD ROUTED." F. Add note-3 with the following, "ALL RECEPTACLES IN THIS AREA SHALL BE WPIGFI AND LIGHT SWITCH SHALL BE WP." A4-60 SHEET E-47 A. Add conduit tag "PP5-1" between POWER PANEL PPS and POWER PANEL PP6. B. Add ",1"C" to both CAT-5e cables from DCS REMOTE I/O MODULE. A4-61 SHEET E-49 A. MOTOR/PUMP ELECTRICAL RACK DETAIL-3: a. Add "MIN." to enclosure dimension callout. b. Add "316 SS" to CHANNEL SUPPORT. A4-62 SHEET E-50 A. Remove all note references. A4-63 SHEET E-53 A. On METER VAULT PLAN, call out "WP/GFI" receptacle on the top of the meter vault. B. On FLOW TRANSMITTER DETAIL: a. Add "WP" to callout VAULT LIGHT SWITCH. b. Add "316 SS" to callout SUNSHIELD. c. Add "316 SS" to callout HINGED WIREWAY. d. Add grounding wire to the unistrut with callout "410 GREEN INSULATED TINNED COPPER WIRE". e. Add ground rod from the grounding wire with callout "GROUND ROD". A4-64 SHEET E-54 THRU. E-59 A. Replace the Wire/Conduit Schedule with the one on the attached sheet E-54. A4-65 SHEET E-60 A. Replace sheet E-60 in entirety with attached sheet E-60. A4-66 SHEET E-61 A. Replace sheet E-61 in entirety with attached sheet E-61. A4-67 SHEET E-62 A. On J-BOX DETAIL, add "MIN." at the end of enclosure dimension. A4-68 SHEET EY-03 A. On Tine-16, replace MOTOR TEMP. SWITCH will be normally closed. A4-69 SHEET EY-04 A. On line-16, replace MOTOR TEMP. SWITCH will be normally closed. A4-70 SHEET EY-05 A. On Tine-18, replace MOTOR TEMP. SWITCH will be normally closed. B. Replace SCHEMATIC-1 title "VFD" with "SOFT START". C. On SCHEMATIC-2, replace "3cV" with "10". Addendum No. 4 8 of 9 FTWI1104 — Village Creek WRF Deep Filters 1-20 Modifications A4-71 SHEET EZ-1 A. On DUCTBANK DETAIL-1, add callout "SAND" to the encasement around conduits. B. Replace DETAIL-1 title "CONCRETE" with "SAND ENCASED". A4-72 SHEET EZ-3 A. On TRAPEZE TRAY SUPPORT DETAIL-3, replace "ADHESIVE" with "WEDGE". • e• ,• a�goow a�eanQseno®omggae or DAVID R. JACKSON r / ®ero eees�oeeeeseaseaa®a� a / 1 ®® 82675 0p 0yFS FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO. 4 Addendum No. 4 9 of 9 FTW11104 —Village Creek WRF Deep Filters 1-20 Modifications NOTES;, 1. CONTRACTOR SHALL PROVIDE A 3/4 " AND 1 1/2 " THREADED OUTLET WITH CAMLOK QUICK DISCONNECT ADAPTERS AND VALVE ON EACH YARD HYDRANT IN ADDITION TO THE HYDRANT VALVE. YARD HYDRANT SHALL BE JAY R. SMITH MFG. CO. 5913 SERIES, ZURN Z1390 SERIES OR APPROVED EQUAL WITH 1.5" INLET AND 3. BURY. 2. CONTRACTOR SHALL PROVIDE FREEZE PROOF YARD HYDRANT. 3. IF INSTALLED ON MOW STRIP, THE WIDTH OF THE MOW STRIP SHALL BE A MINIMUM OF 24". DECORATIVE SHIELD TYPE A TYPE B 9 NICHOLS AC-$5 ir.'.emol'o�d >no.e. 5vAf 204 1,1 Cialhv; 761L'5-ma.s Pn0ne - (a17) 735-7300 Far - (517) 735-7441 1— x C9 w s r<, 4. YARD HYDRANTS LOCATED NEXT TO STRUCTURES SHALL BE SECURELY MOUNTED TO THE STRUCTURES WITH STAINLESS STEEL FASTENERS. 5. THE YARD HYDRANT SHALL BE PROVIDED WITH WHEEL TYPE HANDLE. 6. ALL HOSE STATIONS SHALL BE PROVIDED WITH A 25-FOOT HOSE. 7. PROVIDE CASING GUARD AROUND YARD HYDRANT ABOVE GRADE SURFACE. PROVIDE FIXED HANDLE %" VALVE WITH STANDARD 4'4" HOSE CONNECTION \� CONCRETE /`���� REINFORCING BASE ILLUSTRATIVE SECTION 376) YARD HYDRANT DETAIL - NOT TO SCALE 1h" VALVE WITH THREADED OUTLET WITH KAMLOK QUICK DISCONNECT ADAPTOR a /,,y* e @ �e *�/ • 7C ���// V�� p 1ord r ®e1eae®ea6at;®Y6"a69efia69aa 1 1 DAVID R. JACKSON s 11, re yaa&6eaeae6660 eee 6008 Gaea0aaso / 11. 82675 g 11 p es�� dot siI cEs,�s�` eg tiara Freese and Nic Is, c. Texas Registered Engineering rm F-2144 k ONAL ADDENDUM NO.4 CITY OF FORT WORTH, TEXAS VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS Fed1 JOB N0. FTW11104 DATE 8--16--2012 STANDARD DETAILS MECHANICAL DETAILS TALE 5 1 RUR FIGURE ILE WW-ALL-Di-P1 PEO 1.dwa DESIGNED DRAFTED NONE bate; Aug 16, 2012 - 0:5n User. am' Re: N:\NW-ALL-104-PlPE01.deg REINSTALL EX COVER PLATE AND BEARING ANGLE REF 3/SD-12 FOR AOD'L REINF AT OPNG, TYP m -4"t . \ './\ \/\ \ n TOC E_ Y 474.0E± 10'-1"t CONST JT EX CONC SLAB CONC CURB TO MATCH EX AL HANDRAIL BETWEEN PIPES REF 1/SD-13 1/4" CHECKER PLATE STIFFENER ANGLES PLAN BACK WASHPUMP STATION n SLAB MODIFICATION DETAIL BIN BW6 3/8"=1'-0" NOTE: REFER TO MECH SHEETS & SEQUENCING SPECIFICATIONS FOR PUMP REPLACEMENT. 3/4"0 31655 THREADED BOLT AT 8" OC MAX 1/4" THK NEOPRENE GASKET CONT AT PL OPNG 1/2" CHECKERED PLATE WELD NUT TO PL 316SS NUT ACCESS HATCH DETAIL BWS BW6 3"=1'-0" P-TYPE HINGE HANDLE BASE PLATE 53"0 OPNG FOR BACK WASH PUMPS - REF MECH SHEETS PROVIDE ADD'L REINF PER 3/SD-12 24" THK CONC SLAB W/ #6 0 9" OC T&B EA WAY VALVE SUPPORT - REF TO 6/BW6, TYP 3/4" DIA BAR HANDLE 1/4 n TYPICAL LIFT HANDLE DETAIL BWS BW6 1 1/2"=1'-0" NOTE: LIFT HANDLE SHALL BE SAME AS BASE PLATE MATERIAL. REINSTALL BEARING ANGLE OR NEW 31655 ANGLE TO MATCH EX SIZE REINSTALL EX COVER PLATE EX ELECTRICAL CONDUIT PIPE CHASE #6§ 9" OC T&B - AL RAILING BETWEEN PIPES - REF 1/SD-13 - CONC CURB TO MATCH EX W/ 1-#4 CONT W/ #3 HOOKED BARS 12" OC TOC EL I, EX WALL VERT REINF, TYP SECTION BACK WASH PUMP STATION n SLAB MODIFICATION DETAIL 1/2"=1•-0" e'-4"± 10'-1"t 474.00± HYD WS, TYP EX CONC WALL, TYP HYD WS #5 ADH DOWELS ® 12" OC HYD WS #6 0 9" OC T&B, TYP EX WALL VERT REINF, TYP TOC EL VALVE - SEE MECH D 316 SS STIFF'R PL TYP #4 TIES ® 6 OC (MIN 3) ' a.Il EX 12" THK CONC SLAB SECTION CONST JT #5 DOWEL W/ MECH COUPLER 0 12" OC sECrIDN BACK WASH PUMP STATION n SLAB MODIFICATION DETAIL 1/2.=1.-0" 316 5S BUILT-UP PL SECTION 1" NS GROUT CONC SLAB CENTER SUPT UNDER VALVE #5 ® 6" OC EA FA ADH OWLS PER 1/50-12 6-5/80 316 SS ADH ANCHOR PER 4/SD-12 #6 01 12" OC T&B, TYP ELEVATION n TYPICAL VALVE SUPPORT DETAIL BW6 BW6 NTS 1'-2"± 474.00± HYD WS, TYP EX CONC WALL, TYP VALVE - SEE MECH DWGS 316 SS 1/2" THK x 6"x6" BUILT-UP PL SECTION EXIST OR IN PLACE CONC SLAB 0 1" 2" 4" 8" 0 4" 8" 1' 1-1/2"=1-0 0 1' 2' 4' 0 1' 2' " 4' 3/8"=1-0 Wj„ MO W= W CC VILLAGE CREEK WRF DEEP 0. N as tn 0 0 i zm m z ADDENDUM 5 FE- SHEET BW-6 SEQ. 63 Dale: AUQ 21. 2012 - 2:17em User: bdei*le File: L:\ACOD1\3113078\owe\3078-HW-6.CwQ 17'-6" SW-14 SW-13 • \•\/\/\•\•\/\ \•\ \ 'N \•\ '\ \•\/\ N • EX. SW PUMP (TYP.) f\ �s, (3-SW-DI) ALTERNATE NOTE: PUMPS SW-11,12,13 AND 14 ARE AN ALTERNATE BID ITEM. ALL OTHER PIPING, VALVES, SUPPORTS, METERS, ETC. ARE BASE BID. MOTOR CONTROLS FOR PUMPS SW-11,12,13 AND 14 ARE BASE BIDE ITEMS. REFER TO ELECTRICAL SHEETS. EL 474.00 EL 466.92 EL 447.75 SW-14 10615011 20-BEV-M) (20-VM) 5' 10 SW-12 N!!y• _ y.'(!•N yvy \ vyy> 5'- 10' 1 l MODIFICATIONS PLAN 1/4"=1'-0" SW-13 10615012 SW-12 (0615013 I\ riP MIS MMll 5'-10" SW-11 10615014 0"X12" EDUCING LBOW 20-SY -DI) PIPE ORT SW-11 _ i" AIR & VACUUM RELEASE VALVE 324 (TYP). 7-- I 1 {12-SW-DI) MODIFICATIONS (Th SECTION 1/4^=l'-D•. RESTRAINED FLANGE -LOCK COUPLING ADAPTOR (TYP.) 1.4 GENERAL NOTES: 1. CONTRACTOR SHALL VERIFY ALL DIMENSIONS SHOWN PRIOR TO COMMENCING WORK. 2. REFER TO SPECIFICATION 01 35 00 SPECIAL PROCEDURES FOR CONSTRUCTION SEQUENCE REQUIREMENTS, 3. DIMENSIONS SHOWN ARE SUBJECT TO ADJUSTMENT BASED ON MAKE/MODEL OF PUMP SUPPLIED. CONTRACTOR SHALL REFLECT SUCH ADJUSTMENTS IN LAYOUT SUBMITTAL PER SPEC. SECTION 44 42 56.02. 1" AIR & VACUUM RELEASE VALVE 3248 (TYP) 50 EL 474.0 A n NOTES BY SYMBOL 0: 1. INSTALL RESTRAINED FLANGE -LOCK COUPLING ADAPTER. 2. CONNECT 20" DISCHARGE HEADER TO EXISTING WALL PIPE. 3. INSTALL VERTICAL TURBINE SERVICE WATER PUMP PER SPECIFICATION 44 42 56.02. 4. VERTICAL TURBINE BACKWASH WATER PUMP. SEE SHEET BW-4. 5. REFER TO SHEET SD-3 FOR PIPE SUPPORT DETAIL. 6. SOLE PLATE AS SPECIFIED. 7. ELEVATIONS SHOWN ARE FOR ALT. BID ITEM VERTICAL TURBINE CAN PUMPS. FIELD VERIFY EXISTING & UTILIZE EXISTING ELEVATIONS IF ALT. BID ITEM IS NOT AWARDED. 8. END OF EXISTING BASE BID MODIFIED PIPING. CONNECT TO EXISTING OR NEW VERTICAL TURBINE CAN PUMPS. 9. CONNECT 3-SW-DI TO EXISTING LINE. 340 iz TYPE F (TYP) EL 476.0 +/- O7 12-SW-DI EL 465.4 MOD FICATIONS SECTION A EL 447.75 0 1' 2' 4' 8' F Ted (n 0 0 O C'4 N < 1— J Li o O 3 w - w o 0 v Ls_ 0 u Y w w 0 CD Cn 0 1— Q z LL- o 0 a a Z s w O w W 5 N ce vt 0 Z Z d ce $ b" ec z <11 SHEET SW-1 Dole: Aua 21, 2012 11em User: isorial File: S:\Data\ P filters\CARD\Fillers\MP—PST—PL—PIPE01.Uwa 1/4"=1'-0" 5E0. 64 • E-16 L A NOTES BY SYMBOL "0" 1. LOCATION FOR NEW ELECTRICAL BUILDING NO.1. REFER TO SHEET E-41 FOR ENLARGED PLAN VIEW. 2. LOCATION OF ELECTRICAL MANHOLE SHALL BE ADJUSTED IN THE FIELD. 3. CONTRACTOR SHALL COORDINATE THE LOCATION OF ALL UNDERGROUND DUCTBANK AND UTILITIES IN THE FIELD BEFORE INSTALLING NEW UNDERGROUND DUCTBANKS AND MANHOLE. 4. EXISTING CHLORINE BOOSTER PUMP BUILDING. 5. THE CONTRACTOR IS RESPONSIBLE FOR FILED VERIFYING THE LOCATION OF THE LIGHTING, CONDUIT, AND MAKING ANY REQUIRED MODIFICATIONS. 6. LOCATION OF DUCTBANKS AS SHOWN IS APPROXIMATE. EXACT LOCATION SHALL BE DETERMINED IN THE FIELD. 7. EMH-F1, F2, F3, F4, & F5 SHALL BE 8'X8'xD IN SIZE. REFER TO SHEET E-23 FOR MANHOLE DETAIL. 8. THE EMH-F4 SHALL BE INSTALLED FLUSH WITH GRADE. REFER TO SHEET E-3 FOR ENLARGED PLAN — REFER TO SHEET E-33 FOR ENLARGED — — — — — . — . ' '' CNN F3 E-16 E-17 it INCINERATS:N BULRNG L. I F 1 E-16 E _17 CNN Fl E-16 E-17 - ±2 eii E 161E-17 ENLARGED MODIFIED SITE PLAN = 20' 001, A Y E-16 E-17 EXISTING EMH 1 ASPHALT PAVWG -17 REFER TO SHEET E-32 FOR ENLARGED PLAN UV FACILITY E-16 E-17 RIGID CONDUIT E-16 E-17 \'I LC-40 h- -2 N-EXISTING METE 4b HOUSE N0.5 1 SO_ VALVE - ---- - ---- "`- I i `REFER TO SHEET E-20 FOR QENLARGED PLAN MPLE PUMP RECEPTACLE 0 10' 20' 40' SCALE IN FEET 1 Cn 0 0 N En (n XCC w J i 11 o o a. w K LJ o 0 La, Ls- 0 IX 0 Y w Is] 0 w J_ c w (n J J Q 0tc U 1— w o w w J w J J Q CZ w 0 C4 2 1 SHEET E-16 SEC). 108 L SPACE I9A Iak 400AF 400PF 150AT 300AT MCC-B-,Y H 1 SERVICE WATER PUMP SW-11 (SA NOTES BY SYMBOL "0" 1. POWER QUALITY METER POM-Il, GE MULTILIN PQM OR EQUAL. 2. BREAKER SHALL BE 100% RATED. 3. SERVICE ENTRANCE BREAKER AND MARKING. 4. THE VFOS SHALL BE 18 PULSE AND SIZED FOR THE NEXT CURRENT RATING. 5. THE TRIP SETTINGS SHALL BE ADJUSTED BY THE CONTRACTOR BASED ON THE POWER COORDINATION STUDY. 6. REFER TO ELEVATION VIEW ON SHEET E-22 FOR SPACES. 7. MANUFACTURER SHALL SIZE THE BREAKER FOR THE SPD. 8. CONTRACTOR SHALL VERIFY THE RPM OF THE MOTOR AND RESIZE THE VFD AND FEEDERS IF DIFFERENT THAN THE SPECIFIED UNIT WITHOUT ADDITIONAL COST TO THE OWNER. 9. EXISTING VISTA SWITCHES SHALL BE MODIFIED TO MITIGATE ARC FLASH. 10. FILED DEVICES, REFER TO SHEET E-47. 11. CONTRACTOR SHALL CONNECT NEW CONDUIT TO THE EXISTING UNDERGROUND CONDUIT. REMOVE EXISTING WIRE AND INSTALL NEW WIRE IN EXISTING AND NEW CONDUIT. 12. MANUFACTURER SHALL FURNISH AND INSTALL ETHERNET CONVERTER. 13. STARTER AND CONTROLS SHALL BE FURNISHED BY BLOWER MANUFACTURER, AND INSTALLED BY THE CONTRACTOR. 14. REFER TO SHEET E-47 FOR WIRE AND CONDUITS. 15. PROVIDE MAINTENANCE SWITCH TO MITIGATE ARC FLASH. 7A 400AF 300AT SERVICE WATER PUMP SW-13 I6A 400AF 300AT WASTE WASH WATER PUMP WP-11 I`5A Imo_ 300AT WASTE WASH WATER PUMP WP-12 16. INSTALL 2 #14 IN A 3/4" CONDUIT TO EACH SWITCH MOUNTED AT ENTRANCE OF THIS BUILDING. 17. REFER TO SHEET E-21 FOR NEW MCC -FA ONE -LINE DIAGRAM. 18. THE WASTE WASH WATER PUMPS ARE LOCATED 300' OR MORE FROM THE VFD. THE DESIGN SELECTED IS WITHOUT NON SHIELDED POWER CABLES. IF THE DRIVE SELECTED BY THE CONTRACTOR REQUIRES VFD RATED SHIELDED CABLES, HE SHALL PROVIDE IT AT NO COST TO THE OWNER. 277/480V. 30. 4W. 3000A, TIN MATED COPPER 8U9, 100 19. CONTRACTOR SHALL PROVIDE THE SERVICES OF A FACTORY CERTIFIED REPRESENTATIVE TO BUILD, INSTALL, AND TEST THE RELAY CONTROL PANELS. THE REPRESENTATIVE SHALL BE RESPONSIBLE FOR ALL THE NECESSARY ENCLOSURES, REQUIRED CTs, REQUIRED PTs, AND WIRE BETWEEN THE VISTA SWITCHES AND RELAYS. REFER TO SHEET E-32 FOR LOCATION. 20. ALL ADDITIONAL CTs AND PTs SHALL BE INSTALLED IN THE VISTA SWITCH ENCLOSURES 21. CONDUIT AND WIRE TO BE MOUNTED IN EXISTING TRENCH. 22. FIELD ROUTE ALL CONDUITS. 23. CABLES INSTALLED IN CABLE TRAY SHALL BE TRAY RATED. 24. THE MANUFACTURER OF THE VFO SHALL FURNISH OUTPUT FILTER. 14A ) B00A 650A AIR SCOUR BLOWER ASB-1 / 1000AF BOOAT BACKWAS PUMP NO 1 BW-11 0 I2A 800AE 600AT EXISTING VISTA POWER SELECTOR SWITCH SS-25 O9 D SEDER B 19f 600A, 13.8tCV / 600A /CFA 200A 20 MAIN 1TA (NO 3000A/ (NC) IN 21B (NC) 3000A.) a ____ LO\ 3030A 3P MAIN -A MAIN-B W , 1, 0. Go ee PT(2) a 3 A CT(3) r NEW 'T 1 TRANSFORKVA 'i PA25 2500 KVA ( ) 13.8KV-480V/277Y,1 (�'YTh'� 30,4W1 0 J 2"C PT()(2))-n- cT(3) c 8 A GENERAL NOTES 0 1. THE MANUFACTURER/CONTRACTOR SHALL VERIFY THE DISTANCE BETWEEN THE VFD AND MOTOR AND J 0 PROVIDE OUTPUT FILTER AS REQUIRED FOR THE VFD BEING FURNISHED. RIO-118 I TO ETHERNET SWITCH A ru '1 w .i 1 1 1 Q NEW I TRANSFORMER PA26 2500 KVA 13.B1(V-480V/277Y J 30,4W i 01 RIGID ALUMINUM CONDUIT 2t r EY1SPNG viSTA POWER SELECTOR SWITC S.-26 0 TO PANEL LU-9 2'C wOA. 13 Esv 200A 20 SWITCHBOARD A ONE -LINE DIAGRAM NTS �( CITY OF FORT WORTH, TEXAS 1-20 MODS. (n W -J LL LAGE CREEK WRF DEEP 0 0 W z J J aW V Z w0 W Q 0 0 m 0 Cn 0 -27 OME 5/25/12 a 1 0 m 0 a ADDENDUM N0A SHEET E-19 5E0. 111 0, N .12B 1 BOOAF 600AT m MCC -FA MAIN 2 277/480V, 30, 4W. 3000A, TIN PLATED COPPER 8U . 100 K`VC I3B 1 1000AF / 800AT 500HP 8 PULSE VFD-BW12 BACKWASH PUMP NO. BW-12 O I`\4B / B00AF 600AT 10 400HP RVSS STARTS MR SCOUR BLOWER N0.2 ASB-2 I5B 400AF 300AT 200HP 8 PULS VFO-WP ®' /4 WASTE WASH WATER PUMP P r SWITCHBOARD 6B 400AF 300AT 200HP 8 PULSE VFD-SW14 ®' �I SERVICE WATER PUMP SW SWITCHBOA' i ONE -LINE DIAGRAM NTS WIRE CHART FOR ONE -LINE DIAGRAM() CONDUIT N0. WIRE & CONDUIT SIZE CONDUIT NO, WIRE & CONDUIT SIZE TXPA25-F 3/4/0, 15KV+4/OG, 4"C TXPA26-F 3/4/0. 15KV+4/OG, 4"C SWBA-FA 10(4/500KCMIL+/250KCMILG). 5' SWBA-FB 10(4/500KCMIL+/250KCMILG), 5' SWBA-2A 2(4-500KCMIL+250KCMILG), 4"C SWBA-20 2(4-500KCMIL+250G). 4"C SWBA-3A 2(3-600KCMIL+4/OG), 4"C SWBA-38 2(3-600KCMIL+4/00), 4"C SWBA-4A 2(3-350KCMIL+4/0G), 3'C SWBA-4B 2(3-350KCMIL+4/0G), 3"C SWBA-5A 3-350KCMIL+4/OG. 3"C SWBA-513 3-350KCMIL+4/00. 3"C SWBA-6A 3-350KCMIL+4/OG, 3"C SWBA-6B 3-350KCMIL+4/OG, 3"C SWBA-7A 3-350KCMIL+4/00. 3°C SWBA-713 3-350KCMIL+4/OG. 3'C SWBA-8A 2(3-600KCMIL+1/0G), 4"C SWBA-8B 2(3-600KCMIL+1/0G), 4'C SWBA-9A 2(3-2/0+1/0G), 4'C SWBA-9B 2(3-500KCMIL+1/OG), 4"C SWU-P 3/4/0+2/00, 3"C 13W2-P 2(3-500KCMIL+4/OG), 4'C SW11-C TC-3/C/12, TC-15/C/14, 2"C BW2-C1 TC-3/C/12, TC-15/C/14, 2'C SW12-P 3/4/0+2/06, 3'C B112-P 2(3-250KCMIL+4/O6), 3"C SW12-C TC-3/C/12, TC-15/C/14, 2'C BL12-C1 TC-3/C/12, 1"C WP11-P 3/4/0+2/00, 3"C WP13-P 3/4/0+2/00, 3"C WP11-C TC-3/C/12, TC-15/C/14, 2"C WP13-C TC-3/C/12. TC-15/C/14, 2"C WP12-P 3/4/0+2/00, 3"C SW13-P 3/4/0+2/00, 3"C WP12-C TC-3/C/12, TC-15/C/14, 2'C SW13-C1 TC-3/C/12, TC-15/C/14, 2'C 8L11-P 2(3-250KCMIL+4/0G), 3'C SW14-P 3/4/0+2/0G, 3"C BL11-C TC-3/C/12, 1"C SW14-C1 TC-3/C/12. TC-15/C/14, 2"C EMI 1-P 2(3-500KCMIL+4/0C), 4'C BW11-C TC-3/C/12, TC-15/C/14, 2'C I7B / 400AF 300AT 200HP SOLID STATE SOFT STARTER u N ®' /4 0 80 / 1000AF 800AT 3 I L 0 -1 EXISTING CABLE 1/ VAULT SPLICE MCi,-IN NMNFRaTOR eUILOiNG SPACE NOTES BY SYMBOL "0" 1. THE VFDS SHALL BE 18 PULSE AND SIZED FOR THE NEXT MOTOR SIZE. 2. CONTRACTOR SHALL VERIFY THE RPM OF THE MOTOR AND RESIZE THE VFD AND FEEDERS IF' DIFFERENT THAN THE SPECIFIED UNIT WITHOUT ADDITIONAL COST TO THE OWNER. 3. CONTRACTOR SHALL SPLICE EXISTING CONDUCTOR IN THE CABLE VAULT AND EXTEND WIRES TO SWITCHBOARD. CONTRACTOR SHALL MATCH EXISTING CONDUCTOR SIZES. 4. FILED DEVICES. REFER TO SHEET E-47. 5. REFER TO SHEET E-47 FOR WIRE AND CONDUITS. 6. SUPPORT CONDUIT ON THE WALL. 7. THE WASTE WASH WATER PUMPS ARE LOCATED 300' OR MORE FROM THE VFD. THE DESIGN SELECTED 15 WITHOUT NON SHIELDED POWER CABLES. IF THE DRIVE SELECTED BY THE CONTRACTOR REQUIRES VFD RATED SHIELDED CABLES, CHLORINE GATE RISER DIAGRAM C HE SHALL PROVIDE IT AT NO COST TO THE OWNER. 8. STARTER AND CONTROLS SHALL HE FURNISHED BY BLOWER MANUFACTURER, AND INSTALLED BY THE CONTRACTOR. 9. CABLES INSTALLED IN CABLE TRAY SHALL BE TRAY RATED. 10. THE CONTRACTOR SHALL INSTALL WIRE AND CONDUITS AS SHOWN ON THE RISER DIAGRAM. 11. FILED ROUTE ALL CONDUITS. 12. THE MANUFACTURER OF THE VFD SHALL FURNISH OUTPUT FILTER. 13. CABLES INSTALLED IN CABLE TRAY SHALL BE TRAY RATED. i CGB CONNECTION (TYP.) E-16 _J ENLARGED MODIFIED SITE PLAN 1/8" = 1'-0" WASTE WASH WATER PUMP VFD-•••• VFD NAME PLATE n DETAIL (TYP.) — 0 0 0 0 L' 0 4' B' 16' 1/8"=1.-0" CITY OF FORT WORTH, TEXAS (/ 1 0 0 0 N (n LC UJ — J IL 0 LjJ w 0 LL CC VILLAGE CREEK Q CC 0 Q 0 Lil Z .J I Q LLI U z O U J W Q 0 CC /0 W 0 1— 0 ca u 8 oa 0 0 0- a z 0 0 0 a0 oc„ 0 sr ma's SHEET E-20 SEQ. 112 W 2 `M1 I M2 1`1 I2 LOAM; �- A -� ) 600AT 3P ) 3PP 2-PT 2-PT SIZE-1 - SIZE FROM SWITCHBOARD 1 SECTION -A (REFER TO SHEET E-19) FROM SWITCHBOARD 1 SECTION-B (REFER TO SHEET E-20) 0) 100AT h7 CABLE TRAY 100AF 12 1 pDAF 100AT Q FILTER GALLERY EXHAUST FAN EF-1 n SPARE 277/480V. 30, 4W, 600A, TIN PLATED COPPER BUS, 65 KAJC I3 10DAF 130AT IWAC UNIT 1 SIZE- I4 / MC- n 3P CHLORINE BOOSTER PUMP SW1A 113 114 115 116 ) 30AA1 u) 3P DA ) 53PP o) 3P• A 15 I3PP6 1�")MCP / 3P 0/3P SIZE-1 SIZE - CHLORINE BOOSTER PUMP SWIB POWER POWER POWER INAC SPARE SPARE SPARE PANEL PANEL PANEL UNIT 2 PP4 PP5 PP6 ® © © MCC -FA ONE LINE DIAGRAM NTS SPARE 7 `100AF / 2P TX-LPA 37.5KVA 480-120/ 240V, 10. 3 WIRE IB 100AF ) 100AT PANEL LU PANEL POWER LU1 PANEL 0 PP1 CONDUIT & WIRE SCHEDULE 9O CONDUIT N0. WIRE SIZE MCFA-1P/C TC-4/Cj10, 12/Cj14, 1-1/2"C MCFA-3P 3j10, /10G, 3/4"C MCFA-4P/C TC-4/Cj12. 1-12/C/14, 1t MCFA-5P/C TC-4/Cj12, 1-12/Cj14, 1-C MCFA-7P 2/2,+12G, 2"C TXLPA-P TC-4j1, VG, 2"C MCFA-BP TC-4j1, /1G, 2"C MCFA-9P TC-4j1, j1G, 2"C MCFA-10P TC-4j1, jlG. 2"C MCFA-11P TC-4j1, /1G, YC MCFA-12P TC-4j1, j1G, 2"C MCFA-13P TC-3j10. j10G, 3/4"C I ) 100AF 100AT I10 `100AF / 100AT POWER POWER PANEL PANEL PP2 PP3 ® O W CABLE TRAY NOTES BY SYMBOL 1, REFER TO SHEET E-28 FOR PANEL SCHEDULE. 2. REFER TO SHEET E-23 FOR PANEL SCHEDULE. 3. REFER TO SHEET E-24 FOR PANEL SCHEDULE. 4. REFER TO SHEET E-25 FOR PANEL SCHEDULE. 5. REFER TO SHEET E-26 FOR PANEL SCHEDULE. 6. REFER TO SHEET E-27 FOR PANEL SCHEDULE. 7. THE HVAC UNITS SHALL BE FURNISHED BY THE BUILDING MANUFACTURER. EXACT SIZE OF THE BREAKER AND FEEDER SHALL BE ADJUSTED TO MATCH THE UNIT BEING FURNISHED. B. REFER TO SHEET EY-01 FOR SCHEMATIC. 9. CABLES INSTALLED IN CABLE TRAY SHALL BE TRAY RATED. CITY OF FORT WORTH, TEXAS (n 0 0 0 N (n uJ W J 0- W W 0 L W W CC 0 0 J Q W' 0 0 W za I E L W W w z 00 z < Q 0 0 G v 8 a z 0 w u1 SHEET E-21 5E0. 113 FILTER NOS UPS PANEL LU1 OTROL BUILDING .'f0.2 OL€ JOID `JIVE REFER TO SHEET E-49 FOR ENLARGED PLAN VIEW PANEL PPI PANEL PP2 REFER TO SHEET E - 9 9 FOR ENLARGED PLAN VIEW SERVICE / RAC (WASH WATER PUMP STAtiON LIGHTING LIGHTING PANEL LBTRANSFORMER TX-B LI I i -I- FILTER CONII I TROL 1=--J - 'chplt,;; tv41 Mira E-32 E 35 • f■ (TYP.) E-32 E-34 i- (TYP.) E-32 E-35 WASTE WA1ER SIA1FON i?ER k0,6 REFER TO SHEET E-50 FOR ENLARGED PLAN VIEW FILTER NO.5 PP1-10 E-32E-35 tJ 3 (TYP.) E-32 E-35 ETLIER NO.4 FILTERS 1-8 ELECTRICAL PLAN 1/8" = 1'-0" REFER TO SHEET E-6 FOR ENLARGED PLAN VIEW U`t DISI,NFECTION SYSTEM RIIER EFFLUENT CONDUIT PIPE GALLERY (BELOW) FILTER NO-3 FLER INFLUENT Ci ( E 32 E-35 'AST, WASH \TER VALVE (TYP.) PL-I17 PP2-14 TO CABLE TRAYS (REFER TO SHEET E-36 FOR CONTINUATION) FILTER NO.1 E-32E-35 ICIER FLUENT DO$ 3j Er< REFER TO SHEET &-16 FOR CONTINUA -NON "`��JUNCTION BOX rhl JUNCTION BOX at. ST WELL NOTES BY SYMBOL"O" 1. REFER TO SHEET E-29, E-30, & E-31 FOR EQUIPMENT DESCRIPTION. 2. LOCATION FOR NEW ELECTRICAL BUILDING NO.2. REFER TO SHEET E-51 FOR ENLARGED PLAN VIEW. 13. REFER TO SECTION ON SHEET E-52. I4. THIS SECTION HAS TWO ADDITIONAL CONDUITS FROM GATE NO.3. NEW RELAY CONTROL PANELS. REFER TO SHEET E-19. 6. ALL CONDUITS TO BE FIELD ROUTED. 0 i-CAP 1. CONDUIT SPARE TO METER HOUSE NO.5 REFER TO SHEET E-16 0 4' 8' 16' CITY OF FORT WORTH, TEXAS (n 0 0 0 N N 1— J_ Li VILLAGE CREEK WRF DEEP 6 a S 0 0 a 0 z 0 w 0 iQ SHEET E-32 SEQ. 124 HEAT TRACE PANEL HTP-2 / / / / / / / / // / /�' / / / / / / / / / / / ,/ / / / / / / / / / / % / / / / / / / / -7 / / / 7 /—/ / / / / / / EXISTING ` \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ `. \ \ \ T CABLE TROUGH ft a��n ��564Y:CE WATER -SGiVCE PATER "a -SERVICE WATER � SEfi^PCE WA1 (S1lA r_ T I .� UMP N0,14 PUMP NO.13 PUMP NO.12 ! PU.4P119,11 'i I /\/\ \/, .—\ a' / .`\«/ /\/1 16'x16'x12' MIN. 316 SS, NEMA 4X J-BOX (TYP.) 1-P CIMtaI BW12-P BW12-P CEO BW12-C O U HEAT TRACE PANEL HTP-3 LB-16,18 LB-15.17 45 J A PP2-11 PP2-13 PACK WASH / WATER PUMP tP 2 QLB-16 ICA LB-16 WP/GFC (TYP.) ENLARGED PUMP AREA PLAN 3/8" = 1'-0" I HEAT TRACE PANEL HTP-1 B CK WATER WASI ITI .1 1 FLEXIBLE CONDUIT 1 45 (TYP.) NOTES BY SYMBOL "O" e1 1. REFER TO SHEET E-45 FOR RISER DIAGRAM ASSOCIATED WITH WIRES Be CONDUITS IN THIS AREA. 2. FIELD ROUTE ALL CONDUITS. 3. ROUTE VALVE OPEN STATUS 21114, 3/4"C TO THE BACK WASH PUMP VFD. 4, EXISTING LIGHT FIXTURE, RECONNECT POWER FROM NEW LIGHTING CONTACTOR. 5. PUMP/MOTOR SHALL BE PART OF ALTERNATE BID. FINISHED FLOOR ..ULTRASONIC LEVEL SENSOR 316 SS UNISTRUT LEVEL TRANSMITTER LEVEL SENSOR DETAIL 0 1' 2' 4' •_ 3/8 =1 —0 CITY OF FORT WORTH, TEXAS N 0 0 O N (n w J Li VILLAGE CREEK WRF DEEP 0 0 n 0- 0 n B 0 a ADDENDUM NO.4 SHEET E-44 SEQ. 136 L HIGH PRESSURE SIDE CHANNEL (TIP.) FILTER 1 THRU. 10 BACKWASH FLOW TRANSMITTER SUNSHIELD SURGE SUPPRESSOR LOW PRES SID ALUMINUM BACK PLATE 316 SS CHANNEL (TYP.) NON -SHRINKING GROUT FLOW TRANSMITTER n DETAIL SUPPORT BRACKET c15.-44 NTS (TYP. OF 3) TO MOTOR POWER t_ TO MOTOR HEATER TO MOTOR nTEMP SWITCH Mill IR 1111 I 48' (MIN.) CONTROL PULL BOX PUSHBUTTON STATION 12'x12'x8' MIN. NEMA 4X, 316 55 ENCLOSURE 316 SS CHANNEL SUPPORT NON -SHRINKING GROUT EQUIPMENT PAD TO PUMP STARTER TO PUMP STARTER MOTOR/PUMP ELECTRICAL RACK n DETAIL -44 NTS FILTER 1 THRU. 10 BACKWASH VALVE TO PANEL PP1 & PP2 FILTER 11 THRU. 20 BACKWASH VALVE 316 SS CHANNEL TO LEVEL ELEMENT 316 5S CHANNEL ALUMINUM BACKPLATE TO VALVE (TYP.) 36' (MIN.) DISCONNECT MOUNTING 0--) DETAIL c-E-44 NTS (TYP. OF 3) EFFLUENT CHANNEL LEVEL TRANSMITTER I10V, TO J-BOX TO J-BOX LEVEL TRANSMITTER DETAIL -44 NTS SURGE SUPPRESSOR 316 55 SUNSHIELD ALUMINUM BACKPLATE NEMA 4X, 316 55 HINGED WIREWAY 36' (MIN.) PANEL PP1 PANEL PP2 TO BACK WASH PUMP VFDS CONTROLLER CTLR 6156 PANEL LB PP1-11 PP2-11,13 G10[PE -114 A4 1PL-1131 LB-16,18 LB-15,17 NOTES BY SYMBOL "0" INSTALL CONTROL CORD PROVIDED BY MANUFACTURER IN CONDUIT. INSTALL CGB CONNECTION AT END OF CONDUIT. INSTALL POWER CORD PROVIDED BY MANUFACTURER IN CONDUIT. PROVIDE TERMINAL STRIPS IN J-BOX 5. HEAT TRACE AND INSULATE THE WATER TUBING. 6. THE CONTRACTOR SHALL INSTALL WIRE AND C5 LB-17 LB-16 LB-18 CONDUITS AS SHOWN ON THE RISER DIAGRAM. BACKWASH AREA RISER DIAGRAM r„ P-1011 Al 1 1-101 All 1-103 1 IP-103 OA1 11-104 HEAT TRACE HTP-1 FLOW TRANSMITTER LEVEL TRANSMITTER HEAT TRACE HTP-2 FLOW TRANSMITTER VALVE HEAT TRACE HTP-3 2x C M .d FLOW ELEMENT TUBING 1 FLOW ELEMENT TUBING FLOW RANSMITTER 411 III 111 (11 WP/GFI RECEPTACLE W/ IN -USE COVER FLOW ELEMENT TUBING CITY OF FORT WORTH, TEXAS (n 0 0 N (n W VILLAGE CREEK WRF DEEP 0 01 6 N 0 0. 4 0 z 0 w S 00 c 09 of t 5 SHEET E-45 SEQ. 137 FILTER NO.1 TAG DESCRIPTION FIELD WIRING 1 4 CONTROLLER 0 0 0® 0 0 0000 INLET VALVE WASTE WASH WATER VALVE AIR SCOUR VALVE AIR SCOUR SOLENOID VALVE BACKWASH VALVE RATE OF FLOW EFFLUENT VALVE FLOW TRANSMITTER LOSS OF HEAD TRANSMITTER FILTER 1 & 2 TURBIDITY LEVEL TRANSMITTER C17 — DCS CONTROLLER - CTLR 5/56 O VO C5 IFl-101A I I F1-101 I C8 VO C5 I F1-101B I VO C5 I F1-101C I CP C2 I Ft-1010 I CS VO I F1-102 j C3 6(41) VO A2 I113 1 1 F-0 Al /-® FR Al DPR AR Al LIT I F1-104 1 FILTER NO.3 TAG DESCRIPTION FIELD WIRING CO CONTROLLER 30 33 34 CID 3 31 38 39 37 36 INLET VALVE WASTE WASH WATER VALVE AIR SCOUR VALVE AIR SCOUR SOLENOID VALVE BACKWASH VALVE RATE OF FLOW EFFLUENT VALVE FLOW TRANSMITTER LOSS OF HEAD TRANSMITTER FILTER 3 & 4 TURBIDITY LEVEL TRANSMITTER C17 DCS CONTROLLER - CTLR 5/56 0 VO C5 IF3-101A] I F3-101 I C8 VO CS IF3-1018 VO CS I F3-101C 1 CP C2 I F3-101D I CS VO F3-102 1 C3 6(A1) VO A2 I F3-103 Al FIT AI DPIT 0.2 AIT Al LR I F3-104 FILLER NO.2 TAG DESCRIPTION FIELD WIRING 00 CONTROLLER e13 16 l7 ®C2 15 14 0FLOW 0LOSS 19 INLET VALVE INLET VALVE WASTE WASH WATER VALVE AIR SCOUR VALVE AIR SCOUR SOLENOID VALVE BACKWASH VALVE RATE OF FLOW EFFLUENT VALVE TRANSMITTER OF HEAD TRANSMITTER LEVEL TRANSMITTER — DCS CONTROLLER - CTLR 5/56 O C5 IF3-101A I C17 I F3-101 1 VO VO C5 IF}_101B) VO C5 I F3-101C I VO I F3-IO1D 1 CP CS CB I F3-102 1 VO C3 VO A2 6(A1) I F3-103 I Al FIT Al !��(�;) PIT Al I F3-104 I LIT FILTER NO.4 TAG DESCRIPTION FIELD WIRING CO CONTROLLER 42 45 46 0AIR 44 43 50 51 48 INLET VALVE WASTE WASH WATER VALVE AIR SCOUR VALVE SCOUR SOLENOID VALVE BACKWASH VALVE RATE OF FLOW EFFLUENT VALVE ROW TRANSMITTER LOSS OF HEAD TRANSMITTER LEVEL TRANSMITTER VO C17 — DCS CONTROLLER - CTLR 5/56 CS I F4-101A I I F4-101 I C8 VO CS I F4-1018 I VO CS I F4-101C I CP C2 I F4-101D I C5 VO 1 F4-1D2 I C3 6(A1) VO A2 I F4-103 I Al FIT Al DPR Al LIT I F4-104 I NOTES BY SYMBOL "0" THE CONDUIT SIZE AS SHOWN ARE MINIMUM. ALL WIRES SHALL BE TERMINATED ON TERMINAL BLOCK. THERE SHALL BE NO LOOSE WIRES. 3. ALL WIRES SHALL BE ROUTED IN CABLE TRAYS. AND SHALL BE TRAY RATED. A THE CONTRACTOR SHALL INSTALL ALL CONDUITS AS SHOWN WHETHER SHOWN ON FLOOR PLAN OR NOT. CONTROL & INSTRUMENTATION WIRE/CONDUIT SCHEDULE C1 2j16, 3/4'C Al 1-IPrj18 TSP, 3/4'C C2 4/16. 3/4'C A2 2-1Prj18 TSP, 3/4-C C3 6j16. 3/4'C A3 3-1Prj18 TSP, 3/4'C C4 8j16, 3/4'C A4 4-IPrj18 TSP, 3/4'C C5 10/16, 3/4'C A5 5-1Prj18 TSP, 3/4-C C6 12/16. 3/4'C A6 6-1Prj18 TSP, It C7 14j16, 1'C 47 7-1Prj18 TSP, 1"C CO 16E16. 1'C AB 6-1Prj18 TSP, 1'C C9 18j16. It A9 9-IPrj18 TSP, 1-1/2t CID 20/16, It A10 10-1Prj18 TSP, 1-1/2'C C11 22E16, 1-1/2 C All 11-lPrj18 TSP. 2t C30 60/16, 2'C M1 1-CAT-SE. 1'D C37 74116, 2t M2 2-CAT-SE, 1-1/2'C M3 3-CAT-SE. 2t M4 4-CAT-SE, 2'C CONTROL & INSTRUMENTATION WIRE/CONDUIT TABLE NOTES: 1) NOT ALL POSSIBLE COMBINATIONS ARE LISTED. INCLUDE A SEPARATE GROUND WIRE IN EACH CONDUIT RUN. # REPRESENTS PAIR OF WIRE r EXAMPLE C10 = 20116 WIRES Cj EXAMPLE C20 = 401116 WIRES LC = CONTROL 2) ANALOG CABLES ARE INTENDED TO BE INDIVIDUALLY INSULATED TWISTED SHIELDED PAIRS UNLESS OTHERWISE NOTED ON THE DRAWING. CITY OF FORT WORTH, TEXAS Cl 0 C] in 14J 1— li 0 W W 0 LL W W U W CD -J -J 4 8 0 6 i n ADDENDUM NO.4 V SHEET E-54 SE0 146 L AI Ex/,'TING MANHOLE CON-aSA— i LL It,e 2 7. L NIREFER TO SHEET E-62 FOR ENLARGED PLAN NEW BACKWASH CLARIFIER BACKWASH SLUDGE PUMP STATION BACKWASH CLARIFIER INLET VALVE BOX-( EXISTING METER VAULT EXISTING I Y MCC-BW EO. BASIN ) 1 K \ EXISTING MH-46 OVERALL SITE PLAN 1" = 40. -...� ELECTRICAL BUILDING CMH-46 0 SWBA-881 METER HOUSE 1405 D L NOTES BY SYMBOL "U" 1. EXISTING (2)2t TO RTU ENCLOSURE. USE THESE CONDUITS TO INSTALL NEW FIBER CABLE. 2. INSTALL NEW DUCTBANK FROM EXISTING MANHOLE TO HEADWORKS BUILDING. 3. INSTALL A 20A WP/GFI RECEPTACLE IN EXISTING HOT BOX ENCLOSURE. 4. SAW CUT IN TO EXISTING DUCTBANK AND CONNECT NEW CONDUITS. REMOVE OLD WIRE AND INSTALL NEW WIRES TO THE EXISTING MCC. 5. EXISTING WIRE & CONDUIT 6 CONCRETE ENCASED DUCTBANK ACROSS ROAD. DUCTBANK SECTION NTS YELLOW POLYETHYLENE ®WARNING TAPE 4 AT 4'0.C. TRANSVERSE REINFORCEMENT @5 6' TOP 6'(TYP.) 2"(1VP.) /5 0 6" BOT. TYP (I8 0 6' BOT. OVER PIPELINES OR FILL) REINFORCED CONCRETE ENCASED CONDUIT DUCTBANK DETAIL Q ±- NTS 0 a� Ei NO. TAG SHEET REF. ® 12 FIBER SHEET E-618LE 1 FOC-1 I ® 2" SPARE - 0 3' SPARE - ® 3' SPARE - N r5 6' TOP DUCTBANK NDTE6: 1 PROVIDE MIN. 3 INCHES CONCRETE COVER OVER AND UNDER REINFORCEMENT CAGE AND 6 INCHES ON EACH SIDE. 2 SELECT FILL TO A MINIMUM OF 2 FT. ABOVE DUCT BANK. COMPACT ALL BACKFILL IN 8 IN. LIFTS TO 90 PERCENT OF STANDARD PROCTOR (ASTM D 698) DENSITY. UNLESS UNDER EXISTING OR PROPOSED PAVEMENT, OTHER UNDERGROUND UTILITIES, 0R STRUCTURES. IF DUCT BANK 15 UNDER EXISTING OR PROPOSED PAVEMENT, OTHER UNDERGROUND UTIUTIES, OR STRUCTURES, COMPACT ALL BACKFILL IN 8 IN. LIFTS TO 95 PERCENT OF STANDARD PROCTOR DENSITY. 3 REFER TO SPEC SECTION 16600 FOR ADDITIONAL REOUIREMENTS. 4 REFER TO CONCRETE SPECS (D3000s) FOR MIX DESIGN. 5 RED DYE TO BE MIXED IN CONCRETE BEFORE PLACEMENT. FINISHED GRADE GROUND WIRE CONCRETE ENCASEMEN PLASTIC DUCT SPACERS AT 5 FT. INTERVALS CONDUIT AS INDICATED ON tw§ PLANS AND IN SPECS. BACKFILL AND COMPACT TO 95% UNDISTURBED EARTH. PROVIDE WELL COMPACTED FILL IN AREAS WHICH HAVE BEEN UNDERCUT. 000 0 20' 40' 80' SCALE IN FEET CITY OF FORT WORTH, TEXAS 0 0 (V (n w J ti CL w w 0 Li VILLAGE CREEK 0 1 v\i 3 5 0 B CD S 0 CI 0- ADDENDUM NO.4 Tar- >>o SHEET E-60 SEQ. 152 \ -76 E-77 REFER TO CHLORINE BUILDING PLAN ON THIS SHEET EMH F5 I / I I EMH Ft =of. 1. ENLARGED MODIFIED n SITE PLAN o�q3� ,- TROfHI • rh-.i VISTA E-61E-17 (22C -17 NEW TRANSFORMER DUCTBANK n SECTION cb NTS N0. TAG SHEET REF. OI FEEDER TO EXISTING MCC -IN SHEET E-20 SWBA-881 OI SWBA-86I CHLORINE 5U DINS. NOTES BY SYMBOL "0" 1. REWIRE THE BOOSTER PUMPS. 2. CONNECT EXISTING LIGHT AND RECEPTACLES IN THE BUILDING. 3. EXISTING CONDUIT 15 ROUTED TO EMH-45. 4. EXISTING (2)4"C IN-PW FEEDER TO INCINERATION BUILDING. 5. SPLICE THE EXISTING WIRE (IN-PW) IN MANHOLE. 6. CONNECT WIRES TO EXISTING POSITION SWITCHES IN EXISTING VISTA SS25 AND SS26. 7. CONTRACTOR TO SUPPLY ONE 2" CONDUIT FROM THE NEW RELAY PANEL TO EACH VISTA SWITCH. CONDUIT IS TO BE ROUTED IN THE CONCRETE TROUGH. WIRE IS TO BE PROVIDED BY MANUFACTURER. 8. ROUTE 3/4" CONDUIT IN CONCRETE TROUGH FOR POWER CIRCUIT TO RELAY PANEL. NEW ELECTRICAL MANHOLE MCFA-4P/C MCFA-5P/C n CHLORINE BUILDING PLAN cb 1/2" = 1'-0" MANUFA TUBER PROVIDED RELAY PANEL (TYP.) — 2' --1 MANHOLE AND CABLE TROUGH n DETAIL cb NTS EXISTMG VISTA S525 MANUFACTURER PROVIDED RELAY PANEL 0 DETAIL an a XiSTIN2 fTAOLE TROUGH Aso- 2 0 10' 20' SCALE IN FEET 1-20 MODS. VILLAGE CREEK WRF DEEP LLJ De Qz o z 0 1- b. co cn U -J w Q U CfC Q w J W 0 5 0 N 0 0- ADDENDUM NO.4 SHEET E-61 SEQ. 153 J ADDENDUM NO. 3 CITY OF FORT WORTH PROJECT NO. 01628 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODIFICATIONS August 10, 2012 BID DATE: Thursday, August 23, 2012, 1:30 PM The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Proposal. GENERAL: A3-1 TECHNICAL SPECIFICATIONS: The City of Fort Worth requires a minimum of two years warranty on all projects and equipment, Any reference to an equipment or services warranty less than 2-years should be updated to reflect a minimum of 2 years. All specific references to equipment and services requiring more than two years warranty shall apply to that item, and is not modified within. SPECIFICATIONS: A3-2 SPECIFICATION 01 32 33 — PHOTOGRAPHIC DOCUMENTATION A. Reference Page 1 of 1, Section 2.01, E.: Replace this statement in its entirety with the following: "Upon final completion of the project, the Contractor shall take final photographs of the project and the Owner will select up to two photographs to have in 24-by-30-inch glossy color prints." A3-3 SPECIFICATION 01 35 00 — SPECIAL PROCEDURES A. Reference Page 5 of 12, Section 1.01, D., Special Constraint Note #18, first sentence: Replace "10th Filter" with "11fh Filter". B. Reference Page 8 of 12, Section 1.01, D.: Add the following after section f. "g. The waste wash water pump replacement can occur during the same time as the backwash pump replacement. The Waste Wash Water Pump Station can be out of service for a maximum of 4-hours. Reference Section 1.03, A for the liquidated damages associated with the Waste Wash Water Pump Station if the 4-hours is exceeded." C. Reference Page 9 of 12, Section 1.01, D.: Add the following as section #5: "5. Removal and Installation of the 48-Inch Fabricated Gate [MAXIMUM of 6 Hours] NOTE: The 48-inch line that connects the filter influent channel can be out of service for a maximum of 6 hours at any one time for the removal and installation of the 48-inch fabricated gate." Addendum No. 3 1 of 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications D. ' 1 T = - -cal Operation 3 Plltla)br Shutdawiri,t v Ligiiidafed Damages . Doitats errHalar __ Temporary Bulkhead for Structural Repairs (Filter Effluent Channel No. 14 and 15) 4 $500,00 Removal and Installation of the 48-Inch Fabricated Gate 5 $500.00 A3-4 SPECIFICATION 01 35 53 - SECURITY PROCEDURES A. Reference Page 1 of 3, Section 1.02, A.: Remove this section in its entirety and replace with the following statement: "Not Applicable". B. Reference Page 2 of 3, Section 1.03, B..: Remove this section in its entirety and replace with the following statement: "Village Creek Water Reclamation Facility personnel will supply all security badges to the Contractor. The Contractor and' subcontractors shall display the security badges at all times. Reference section 1.01 of this specification for the procedures required to obtain security badges." A3-5 SPECIFICATION 01 40 00 - QUALITY REQUIREMENTS A. Reference Page 8 of 18, Section 3.04: Add the following statement next to the section heading: "Not Applicable" A3-6 SPECIFICATION 07 16 10 MODIFIED CEMENT WATERPROOFING A. Remove this section in its entirety from the specification. A3-7 SPECIFICATION 02 41 00 -- DEMOLITION A. Reference Page 6 of 6, Section 3.11: Add "Beck" to the brand name. B. Reference Page 6 of 6, Section 3.11: Add a sentence that states the following: "Existing filter effluent modulating valves and actuators will remain on -site until fourteen filters have been rehabilitated to provide a source of spare parts for the existing actuators remaining in service during construction. Also see Section 26 41 19, 3.02 regarding salvage of electrical equipment." A3-8 SPECIFICATION 09 96 00.01 HIGH-PERFORMANCE COATINGS A. Reference Page 5 of 13, Section 1.07, A.: Replace "1 year" with "2 year". B. Reference Page 5 of 13, Section 1.07, B.: Modify the last sentence to read the following: "Other corrective measures may be required during the 2 year warranty period." C. Reference Page 13 of 13 and delete the last row in its entirety (SPEC. NO. SS-15) from the schedule, there is no HFS storage on this project. A3-9 SPECIFICATION 09 97 13 PIPELINE COATINGS AND LININGS A. Reference Page 23 of 23: Add the following Section 3.10 SCHEDULE: Backwash Pump Piping -_L1NI Mortar Addendum No. 3 FTW111 D4 — Village Creek WRF Deep Filters 1-20 Modifications 2 of 9 A3-10 SPECIFICATION 26 05 13 - MEDIUM VOLTAGE CABLES A. Reference Page 2 of 9, Section 1.07, A: Modify the first sentence to read "The Contractor shall warrant the cable against failures of cables from product failure or installation damage for a period of 2 years from date of final acceptance of the project, and shall remove and replace the cables at his own expense during the 2 year warranty period." B. Reference Page 5 of 9, Section 2.04, F, 1: Modify the sentence to read "Conducting metal braid shall be woven from 240 strands of 30 AWG tinned copper wires and be capable of carrying fault current comparable to that of 6 AWG copper wire, 3M Corp., Scotchbrand 25 or equal." A3-11 SPECIFICATION 26 05 13 - WIRES AND CABLES (600 VOLT MAXIMUM) A. Reference Page 2 of 8, Section 1.07, A: Modify the first sentence to read "The Manufacturer shall warrant the wiring and installation to be free from defects in material and workmanship for 2 years from date of final acceptance of the project." A3-12 SPECIFICATION 26 05 26 - GROUNDING AND BONDING SYSTEM A. Reference Page 2 of 4, Section 1.07, A: Modify the first sentence to read "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 project." A3-13 SPECIFICATION 26 05 29 - ELECTRICAL SUPPORT HARDWARE A. Reference Page 2 of 5, Section 1.07, A: Modify the first sentence to read "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 project." A3-14 SPECIFICATION 26 05 30 - ELECTRICAL BUILDINGS B. Reference Page 2 of 8, Section 1.07, A: Modify the first sentence to read "The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for the same warranty period as specified for the associated mechanical equipment, but not less than 5 years from date of final acceptance of the project." C. Reference Page 4 of 10, Section 2.01: Add the following: "4. Siemens" D. Reference Page 8 of 10, Section 2.03, H, 2, b: Replace "1.5 mils" with "4 mils". A3-15 SPECIFICATION 26 05 33 - RACEWAYS, BOXES AND FITTINGS A. Reference Page 2 of 11, Section 1.07, A: Modify the first sentence to read "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 project." A3-16 SPECIFICATION 26 05 36 - CABLE TRAY A. Reference Page 2 of 3, Section 1.07, A: Modify the first sentence to read "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 project." A3-17 SPECIFICATION 26 05 43 - UNDERGROUND SYSTEM A. Reference Page 2 of 8, Section 1.07, A: Modify the first sentence to read "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 project." Addendum No. 3 3 of 9 FTW111 O4 — Village Creek WRF Deep Filters 1-20 Modifications A3-18 SPECIFICATION 26 05 50 - NEMA FRAME INDUCTION MOTORS, 600 VOLTS AND BELOW A. Reference Page 5 of 13, Section 1.08, A: Modify the first sentence to read "The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for the same warranty period as specified for the associated mechanical equipment, but not less than 3 years from date of final acceptance of the project." A3-19 SPECIFICATION 26 05 60 - ELECTRICAL HEAT TRACING A. Reference Page 3 of 5, Section 1.07, A: Modify the first sentence to read "The Manufacturer shall warrant the equipment and design, to be free from defects in material and workmanship for 2 years from date of final acceptance of the project." A3-20 SPECIFICATION 26 12 16 - PAD MOUNTED TRANSFORMERS C. Reference Page 4 of 8, Section 1.07, A: Modify the first sentence to read "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 project" D. Reference Page 4 of 8, PART 2 PRODUCTS: Add section number "2.01" next to letter A. Renumber the subsequent sections as follows: "2.02 RATINGS", "2.03 CONSTRUCTION", "2.04 FINISH", "2.05 ACCESSORIES", "2.06 PRIMARY CONNECTIONS", "2.07 LIGHTNING ARRESTORS", "2.08 PRIMARY AND SECONDARY TERMINAL COMPARTMENTS", and "2.09 FACTORY TESTING". E. Reference Page 4 of 8, Section 2.01, A: Add the following: "5. Siemens". A3-21 SPECIFICATION 26 22 13 - DISTRIBUTION DRY -TYPE TRANSFORMERS A. Reference Page 3 of 6, Section 1.07, A: Modify the first sentence to read "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 project." A3-22 SPECIFICATION 26 24 13 - LOW VOLTAGE DISTRIBUTION SWITCHBOARDS A. Reference Page 4 of 13, Section 1.07, A: Modify the first sentence to read "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 project." A3-23 SPECIFICATION 26 24 16 - PANELBOARDS A. Reference Page 3 of 5, Section 1.07, A: Modify the first sentence to read "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 project." A3-24 SPECIFICATION 26 24 19 - LOW VOLTAGE MOTOR CONTROL CENTERS A. Reference Page 4 of 17, Section 1.07, A: Modify the first sentence to read "The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years, except for variable frequency drives which shall be for 3 years, all from date of final acceptance of the project." A3-25 SPECIFICATION 26 27 13 - POWER METERING AND PROTECTIVE RELAYS A. Reference Page 2 of 12, Section 1.06, A: Modify the first sentence to read "The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 2 years from date of acceptance of the project." A3-26 SPECIFICATION 26 27 26 - LIGHT SWITCHES AND RECEPTACLES A. Reference Page 2 of 5, Section 1.07, A: Modify the first sentence to read "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 project." Addendum No. 3 4 of 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications A3-27 SPECIFICATION 26 28 16 — LOW VOLTAGE ENCLOSED CIRCUIT BREAKERS AND DISCONNECT SWITCHES A. Reference Page 3 of 8, Section 1.07, A: Modify the first sentence to read "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 project." A3-28 SPECIFICATION 26 29 13 — LOW VOLTAGE MOTOR CONTROLLERS AND CONTACTORS A. Reference Page 3 of 13, Section 1.07, A: Modify the first sentence to read "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 project." A3-29 SPECIFICATION 26 29 23 — LOW VOLTAGE VARIABLE FREQUENCY DRIVES A. Reference Page 4 of 17, Section 1.07, A: Modify the first sentence to read "The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for 3 years for 75 HP VFD's, and 5 years for larger than 75 HP, to commence on the date of final acceptance of the project." A3-30 SPECIFICATION 26 29 86 - MECHANICAL EQUIPMENT MANUFACTURER'S D. Reference Page 4 of 21, Section 1.07, A: Modify the first sentence to read "The Manufacturer shall warrant the equipment to be free from defects in material and workmanship for the same length of time as the associated mechanical equipment, but not less than 2 years from date of final acceptance of the project." E. Reference Page 15 of 21, Section 2.09, A, 2: Modify to read "Modicon M340 with Unity Pro XL". F. Reference Page 16 of 21, Section 2.10, A, 1: Modify to read "Modicon Magelis XBT GT Series". G. Reference Page 17 of 21, Section 2.10, D, 1: Modify to read "Sizes — Minimum 6" ". A3-31 SPECIFICATION 26 29 87 — ELECTRICAL MANUFACTURER'S PROVIDED CONTROL PANELS (OEMS) A. Reference Page 4 of 18, Section 1.07, A: Modify the first sentence to read "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 project." A3-32 SPECIFICATION 26 33 53 — UNINTERRUPTIBLE POWER SUPPLY SYSTEM (UPS) A. Reference Page 4 of 8, Section 1.07, A: Modify the first sentence to read "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 project." A3-33 SPECIFICATION 26 41 00 — LIGHTING PROTECTION SYSTEM A. Reference Page 2 of 5, Section 1.07, A: Modify the first sentence to read "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 project." A3-34 SPECIFICATION 26 43 13 — LOW VOLTAGE AC SURGE PROTECTIVE DEVICES (SPDS) A. Reference Page 3 of 8, Section 2.01, A: Add to the list of acceptable Manufacturers: "6. Siemens" Addendum No. 3 5 of 9 FTW11104 -- Village Creek WRF Deep Filters 1-20 Modifications A3-35 SPECIFICATION 26 50 00 — LIGHTING SYSTEM Reference Page 2 of 5, Section 1.07, A: Modify the first sentence to read "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 project." A3-36 SPECIFICATION 33 12 16.16 AIR RELEASE AND AIR AND VACUUM VALVES A. Reference Page 1 of 3, Section 1.03, A.: Replace the first sentence in its entirety with the following statement: "Manufacturer shall warrant that the equipment shall be free from defective material and workmanship for a period of two (2) years from date of final completion .of the entire project." A3-37 SPECIFICATION 33 12 16.23 GATE VALVES A. Reference Page 2 of 3, Section 1.05, A.: Replace the first sentence in its entirety with the following statement: "Manufacturer shall warrant that the equipment shall be free from defective material and workmanship for a period of two (2) years from date of final completion of the entire project." A3-38 SPECIFICATION 33 12 16.26 BUTTERFLY VALVES A. Reference Page 2 of 4, Section 1.05, A.: Replace the first sentence in its entirety with B. the following statement: "Manufacturer shall warrant that the equipment shall be free from defective material and workmanship for a period of two (2) years from date of final completion of the entire project." Reference Page 4 of 4, Section 3.03 SCHEDULE, add the following to the table: Item No Service - Number Required Size and Ends'_ AWWA.- Class Max - Diff. (psi) Type Operator 14 Air Piping isolation Valves 2 18" N/A N/A Manual C. Reference Page 4 of 4, Section 3.03 SCHEDULE, modify the sentence below the schedule to read the following: "*Rotork Actuators were pre -purchased and are stored at the VCWRF. Rotork (MIA) will ship these actuators to the selected valve manufacturer for mounting." A3-39 SPECIFICATION 33 12 16.33 SWING CHECK VALVES A. Reference Page 2 of 3, Section 1.05, A.: Replace the first sentence in its entirety with the following statement: "Manufacturer shall warrant that the equipment shall be free from defective material and workmanship for a period of two (2) years from date of final completion of the entire project." A3-40 SPECIFICATION 33 12 16.35 DUAL DISC CHECK VALVES A. Reference Page 1 of 2, Section 1.05, A.: Replace the first sentence in its entirety with the following statement: "Manufacturer shall warrant that the equipment shall be free from defective material and workmanship for a period of two (2) years from date of final completion of the entire project." Addendum No. 3 FrW11104 - Village Creek WRE Deep Filters 1-20 Modifications 6 of 9 A3-41 SPECIFICATION 40 05 50 FABRICATED GATES A. Reference Page 2 of 5, Section 1.06, A.: Replace the first sentence in its entirety with the following statement: "Manufacturer shall warrant that the equipment shall be free from defective material and workmanship for a period of two (2) years from date of final completion of the entire project." A3-42 SPECIFICATION 40 92 13.13 MOTORIZED VALVE ACTUATORS A. Reference Addendum No. 1, Item A1-13, B: Add in the following statement at the end of section 2.02, M: "In addition, Rotork site services will also install the quick disconnects in the actuators and deliver the wiring pig tails to the Contractor for installation to the twenty (20) pre -purchased actuators, B. Reference Addendum No. 1, Item A1-13, C.: Add in the following statement at the end of section 3.01 A: "In addition, the actuator manufacturer will ship the twenty (20) pre - purchased actuators to the awarded valve manufacturer from the Village Creek Water Reclamation Facility for installation and testing in accordance with actuator manufacturer's recommendations." A3-43 SPECIFICATION 43 11 17 MULTISTAGE CENTRIFUGAL BLOWERS A. Reference Page 3 of 9, Section 1.09, A.: Replace the second sentence in the paragraph in its entirety with the following statement: "Manufacturer shall warrant that the equipment shall be free from defective material and workmanship for a period of two (2) years from date of final completion of the entire project." B. Reference Page 5 of 9, Section 2.03, Part F.: On the seventh sentence change "120 VAC" to "480 VAC". A3-44 SPECIFICATION 44 42 56.02 VERTICAL TURBINE PUMPING UNITS A. Reference Addendum No.1, Item A1-14, A.: Remove the following term from the last sentence: "NSF". NSF Certification is not required for this application. B. Reference Addendum No. 1, Item A1-14, A.: Add the following after "Belzona 1341": "or Chesterton ARC S2". C. Reference Page 11 of 28, Section 1.07, B.2: Replace the "Maximum Pump Speed" in the table for pumps BW11 and BW12 and replace with the following: "705 RPM". D. Reference Page 20 of 28, Section 1.08, A.: Replace the second sentence in the paragraph in its entirety with the following statement: "The equipment supplier shall warrant the equipment for a period of two (2) years from date of final acceptance of the entire project." E. Reference Page 19 of 28, Section 1.07, D.2: Remove the table in its entirety and replace with the following table: Pumping .Conditions at Full Speed SW1 Alone SWZ Alone ; SW3 =Alone- = SW4 .. Alone Minimum Capacity, gpm 2,800 2,800 2,800 2,800 Rated Head, ft. 134 134 134 134 Maximum Shutoff Head, ft. 270 270 270 270 Maximum Operating Head, ft. 170 170 170 170 Minimum Operating Head, ft. 70 70 70 70 Minimum Operating Speed, RPM 1100 1100 1100 1100 Maximum Pump Speed, RPM 1800 1800 1800 1800 Addendum No. 3 7 of 9 FTW11104 -- Village Creek WRF Deep Filters 1-20 Modifications Maximum Specific Speed, RPM 4320 4320 4320 4320 NPSH Available at minimum Operating Head, ft. 34.5 34.5 34.5 34.5 Maximum Allowable Motor Horsepower, HP 150 150 150 150 Minimum Efficiency, % 75 75 75 75 A3-45 SPECIFICATION 46 51 36 FINE BUBBLE DIFFUSERS A. Reference Page 1 of 7, Section 1.03, A.: Replace the second sentence in the paragraph in its entirety with the following statement: "The equipment supplier shall warrant the equipment for a period of two (2) years from date of final completion of the entire project." DRAWINGS: A3-46 SHEET F-13, SEQ. #29 A. Reference General Note #5 and replace this note in its entirety with the following: "The twenty (20) pre -purchased actuators are not installed and are located at the Village Creek Water Reclamation Facility. The actuator manufacturer shall coordinate with the Owner for shipment of these actuator's to the awarded valve manufacturer." A3-47 SHEET F-14, SEQ. #30 A. Reference Note by Symbol #1 and replace this note in its entirety with the following: "Contractor shall install the pre -purchased electric actuator on to the new butterfly valve. Protect actuator during installation and any damage caused to the actuator shall be repaired at no additional cost to the Owner." A3-48 SHEET F-15, SEQ. #31 A. On the plan note located on Section — Gallery 11-20, for the removal of the 3" air and vacuum valve, replace the words "TYP OF 6" with "TYP OF 7". B. Reference General Note #5 and replace this note in its entirety with the following: "The twenty (20) pre -purchased actuators are not installed and are located at the Village Creek Water Reclamation Facility. The actuator manufacturer shall coordinate with the Owner for shipment of these actuator's to the awarded valve manufacturer." A3-49 SHEET F-16, SEQ. #32 A. Remove General Note #5 in its entirety. B. Reference Note by Symbol #1 and replace this note in its entirety with the following: "Contractor shall install the pre -purchased electric actuator on to the new butterfly valve. Protect actuator during installation and any damage caused to the actuator shall be repaired at no additional cost to the Owner." A3-50 SHEET F-31, SEQ. #47 A. Reference Section 2, add the following General Notes: "1. Bonding agent is required. 2. Trough wall extensions shall be smooth form finished." A3-51 SHEET F-32, SEQ. #47 A. Reference Section 3, add the following General Note: "1. Slab depression under the existing gate shall be field verified to determine existing fill material. Addendum No. 3 8 of 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications A3-52 SHEET F-35, SEQ. #51 A. Add the following General Note: "1. Bonding agent is not required between the new and existing slab." A3-53 SHEET BW-1, SEQ. #58 A. Replace this sheet in its entirety with the attached updated drawing. A3-54 SHEET BW-3, SEQ. #60 A. Replace this sheet in its entirety with the attached updated drawing. A3-55 SHEET BW-4, SEQ. #61 A. Replace this sheet in its entirety with the attached updated drawing. A3-56 SHEET SW-1, SEQ. #64 A. Replace this sheet in its entirety with the attached updated drawing. A3-57 SHEET SD-2, SEQ. #79 A, Insert the attached detail 324B. A3-58 SHEET SD-9, SEQ. #86 A. Add the following General Note to Section 1: "6. Wall Anchors shall be 316 Stainless Steel and embedment depth shall be per detail 4/SD-12." A3-59 SHEET SD-16, SEQ. #92A A. Add the attached sheet to the drawings. A3-60 SHEET E-51, SEQ. #143 A. Reduce the number of light fixtures from five to four in the Filter Control Building No. 2 Plan View #2. ��E OF iritt + .7C9 se * %01fdN eeeeeoeee®Oeeeeave®®gooseB j / DAVID R. JACKSON eeeeeeeeeeeeeeeee68e98g ee- / s 82675 ISs -...... ENG �It FREESE AND HOES, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO. 3 Addendum No. 3 9 of 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications I" QUICK CONNECT. (FLUSHING COCON) 1" AIR/VAC RELEASE 111 BRONZE B.V. "461-RS-DI 1 1" BRONZE B.V. 12-SW-DI 1" AIR AND VACUUM VALVE NOT TO SCALE shaping the built environment restructure JQINFRASTRUCTURE 2105 COMMERCE STREET, SUITE 200 977.392.734 X810880 48100G63 DAUAS, TUX 75201 TBPE FIRM 7986 JO Infrastructure Texas Registered Engineering Firm F-2986 AADDENDUM NO. 3 [ENG INITIALS] 8/17/12 *ir, C. RAJAAN MEHTA 89399i9P% ° ‘11�ns� olzo1Z ADDENDUM NO. 3 p 4M 0 o z d Ll Freese end h'eh4ls, Inc. O-W�1/ Texas Reg:slretl [n9 rleer,ny F�r.n F-2144 NQ� Ode: Mg 10, 2012 - 10:31e111 r7,NRCHOLS 4055 Inlernel1oncl Ple=o, Suite 200 Fort Worth, Tees 76100-4895 vhone - 017) 735-7300 Fox - (817) 735-7491 CITY OF FORT WORTH, TEXAS VILLAGE CREEK WRF DEEP FILTERS 1-20 F&N JOB NO. E�ll11 04- DATE AUGUST 2012 SCALE AS SHOWN STANDARD DETAILS MECHANICAL DETAILS User: Icasrllo Fle: S:\Gelo\VCWWTP Fillers\CADG\BPBORDER.dwg DESIGNED CRM DRAFTED FILE IC 8PBORDER.dwq SD-2 FIGURE� 0 go tu cc 5 • o 13 REMOVE EXISTING 20" VENTURI METER TO ELEVATED STORAGE TANK EXISTING ELECTRICAL CONDUIT PIPE CHASE 5' EXISTI SURFA WASH PUMPS 5'-SVZ" 5'-10" 5'-10" B 5'-10 EXISTING — T7 7 T / / / ERVICE 7v-r \/ // / \/// / / \ / / \/ \\i /\/\/ A / \/ WATER \i / //\i / / // \/\ \\,,\ \ •\• \• \ \ \ \ \ \ \ PUMPS ,\ N N \ • \ \ \ \, EX-12 SR-S (TYP OF 4) —i/ REMOVE EXISTING EX-3-SW-DI,' 3" GATE VALVE ✓ EX-36-BW-S EX-20-SW-S EXISTING 6" FLOOR DRAIN IY!" DRAIN LINE FROM HATCH FRAME EXISTING ACCESS HATCH DEMO EXISTING ACCESS HATCH REFER TO 1/F-22 EXISTING FILTER CONTROL BUILDING N0.1 g .1 DEMO EX CONC G. PIPE SUPPORT REFER TO 4/SD-9 (TYP OF 3) i EXISTING 6" d� 11 OJ. R QRAIN. t REMOVE EXISTING LADDER AND PLATFORM. PLAN - DEMOLITION 1/4"=1'-0" 1' - GENERAL NOTES: -2 W-4 9'-2 -3 BWt@W-2 BW-14 0 I EX-36-BW-S DEMO CONC AT PIPE PENETRATION 1 REFER TO 3/F42 1. CONTRACTOR SHALL VERIFY ALL DIMENSIONS SHOWN PRIOR TO DEMOLITION WORK. 2. REFER TO SPECIFICATION SECTION 01 35 00 SPECIAL PROCEDURES FOR CONSTRUCTION SEQUENCING REQUIREMENTS. 3. ALL DEMOLISHED MATERIAL SHALL BE SALVAGED FOR OWNER FIRST. ANY DEMOLISHED MATERIAL NOT SALVAGED BY OWNER'S REPRESENTATIVE SHALL THEN BE DISPOSED OF IN ACCORDANCE WITH TCEQ REQUIREMENTS. 4. CONTRACTOR SHALL TAKE NECESSARY PRECAUTIONS TO AVOID DAMAGE TO THE EXISTING STRUCTURE NOT SHOWN TO BE DEMOLISHED. CONTRACTOR SHALL REPAIR ANY DAMAGE CAUSED BY DEMOLITION WORK AT NO COST TO OWNER. CONTRACTOR SHALL PROVIDE COVER PLATE OVER OPENINGS 20" VENTURI FLOW METER t HARNESS f SIMILAR 367 (TYP 2) - 757 36-CV- (TYP 2) 36-BFV-E) 36" VENTURI FLOW METER 7'-7r" NEW WATER TIGHT ACCESS HATCH BW-5 EXISTING FILTER CONTROL BUILDING NO.1 NOTES BY SYMBOL "0" 1. IN THE EVENT BID ALTERNATE N0.1 IS AWARDED, THE CONTRACTOR SHALL REMOVE AND DISPOSE THE EXISTING SERVICE WATER PUMPS. 10'-1" / BACKIS'ASH' \ \ \ \ , BACKWASH ; \ \PVMP @ l 1,2 !\/\K\ \ \PUMP BW RE: SHT SD-7 _a PIPE PENETRATION BW-1BW-5 fl PLAN - MODIFICATIONS 1/4"=1'-O" 5. DEMOLISH EXISTING CONCRETE SLAB. SEQUENCE DEMOLITION W/ PUMP REPLACEMENT. CONTRACTOR PROVIDE TEMPORARY SHORING OF PUMPS AS REQUIRED. 2. REMOVE AND DISPOSE EXISTING BACKWASH PUMPS. 6. 3. IN THE EVENT BID ALTERNATE N0.1 IS AWARDED, PROVIDE NEW SERVICE WATER PUMPS. 4. PROVIDE NEW BACKWASH PUMPS. THE PUMPS SHOWN ARE FOR A SPECIFIC MANUFACTURER. CONTRACTOR SHALL MODIFY AS REQUIRED PER MANUFACTURER'S RECOMMENDATION AT NO ADDITIONAL COST TO THE OWNER. 7. 8. 9. REMOVE EXISTING COVER PLATE & EDGE ANGLE AS REQUIRED FOR DEMOLITION. ALUMINUM RAILING RE -INSTALL EXISTING COVER PLATE CONCRETE SLAB REFER TO 1/BW-6 36-8W-S 36" VENTURI FLOW METER 36-BFV-E) 0 1' 2' 4' • /4"_ 1.-0.. 0 SHEET BW-1 SEP 58 w a i a n AL c" ° c- o o y J • a N EXISTING ELECTRICAL CONDUIT PIPE CHASE EL 474.0 EL 447.75 EL 474.0 EL 447.75 PIPE SUPPORT BACKWASH PUMP (TYP 2) 6 8W-41SD- 11 8" AIR AND VACUUM RELEASE VALVE 6-CV-M PIPE/VALVE SUPPORT-.,_,4"„ TOP OF PIPE 469.42± EL 460.00 BACKWASH/ SERVICE WATER WET WELL LADDER AND PLATFORM PIPE SUPPORT 5D-11 36-BW-S (36-BEV-E) virr PIPE PENETRATION BW-4BW-5 A EL 453.0 n SECTION BW-1BW-4 1/4"=1'-0" 36-BFV-E SERVICE WATER PUMPS (TYP OF 4) 36-INCH VENTURI METER (TYP. 2) PROVIDE NEW PIPE HANGER SUPPORT FOR NEW PIPING CONNECTION FILTER GALLERY 2" SLOPE EXISTING DRAIN GULLET GENERAL NOTES: 1. CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND ELEVATION SHOWN PRIOR TO MODIFICATIONS. 2. REFER TO SPECIFICATION SECTION 01 35 00 SPECIAL PROCEDURES FOR CONSTRUCTION SEQUENCING REQUIREMENTS. FILTER NO.6 0 BACKWASH PUMP (TYP 2) 8" AIR AND VACUUM RELEASE VALVE BASE BEND SUPPORT (TYP FOR 2) PER MFR DESIGN r ( EXISTING VORTEX WALL S CONTRACTOR SHALL TAKE NECESSARY PRECAUTIONS TO AVOID DAMAGE TO THE EXISTING STRUCTURE NOT SHOWN TO BE MODIFIED. CONTRACTOR SHALL REPAIR ANY DAMAGE CAUSED BY MODIFICATION WORK AT NO COST TO OWNER. NOTES BY SYMBOL "0" REFER TO SHEET SW-1 FOR MODIFICATIONS BID ALTERNATE NOTES AND INFO. 2. PROVIDE NEW BACKWASH PUMPS. THE PUMPS SHOWN ARE FOR A SPECIFIC MANUFACTURER. CONTRACTOR SHALL MODIFY AS REQUIRED PER MANUFACTURERS RECOMMENDATIONS AT NO COST TO THE OWNER. 5. CONTRACTOR SHALL PROVIDE A 36-INC WCTAULIC COUPLING DOWNSTREAM OF WALL PENETRATION TO ALLOW FOR CONNECTION TO THE EXISTING 36-INCH BACKWASH HEADER. 3. CONTRACTOR SHALL MODIFY WET WELL PUMP OPENING AS NEEDED TO ACCOMMODATE THE NEW PUMPS - CONCRETE SLAB. REFER TO 1/BW-6 4. CONTRACTOR AND PUMP MANUFACTURER SHALL COORDINATE THE DIMENSION FROM THE PUMP CENTERLINE TO THE PLAIN END ON THE PUMP DISCHARGE HEAD PRIOR TO THE FABRICATION OF THE PUMP AND DISCHARGE PIPING. H THE 2 WIA I_I UIp Wm 49a, C4C2 aS •A ucm R tit Swa m N CC W J ce O O O U VILLAGE CREEK WRF DEEP 0 Q zU 0 a LL J m 0 D O o = a w = I s Qz m 1— U W 8 tO tO a N 9 0 K CI PS-P1PE06.EWg d 03 Z ADDENDUM NO2 oNU SECTION BW-1 BW-4 1/4"=1'-0" 0 1' 2' 4' 8 ra— 1/4•=1'-0" SHEET BW-4 SEQ. 1 SW-14 EX. SW PUMP (TYR.) r -(20-BFV-M) (TYP.) 1' ALTERNATE NOTE: PUMPS SW-11,12,13 AND 14 ARE AN ALTERNATE BID ITEM. ALL OTHER PIPING, VALVES, SUPPORTS, METERS, ETC. ARE BASE BID. MOTOR CONTROLS FOR PUMPS SW-11,12,13 AND 14 ARE BASE BIDE ITEMS. REFER TO ELECTRICAL SHEETS. EL 474.00 EL 466.92 EL 447.75 SW-14 10615011 20-BFV-M) {20-VM) H MODIFICATIONS PLAN 1/4"-1' 0" SW-13 106150121 SW-12 10615013I 340 TYPE F SW-11 10615014 20"X12" REDUCING ELBOW SW-11 1" AIR & VACUUM RELEASE VALVF 324 (TYP) / ,12-SW-DI) MODIFICATIONS n SECTION 1/4"1'-0" Dole: Auq 10. 2012 - 10:39am User: cos4110 Ple. S:\0o1o\VCWVQP Fillers\CADD\Filters\MP-PST-PL-PIPEO1.dwq RESTRAINED FLANGE -LOCK COUPLING ADAPTOR (TYP.) GENERAL NOTES: 1. CONTRACTOR SHALL VERIFY ALL DIMENSIONS SHOWN PRIOR TO COMMENCING WORK. 2. REFER TO SPECIFICATION 01 35 00 SPECIAL PROCEDURES FOR CONSTRUCTION SEQUENCE REQUIREMENTS. 3. DIMENSIONS SHOWN ARE SUBJECT TO ADJUSTMENT BASED ON MAKE/MODEL OF PUMP SUPPLIED. CONTRACTOR SHALL REFLECT SUCH ADJUSTMENTS IN LAYOUT SUBMITTAL PER SPEC. SECTION 44 42 56.02. 1" AIR & VACUUM RELEASE VALVF 324B (TYP) SD-13 EL 474.0 NOTES BY SYMBOL 0 : 1. INSTALL RESTRAINED FLANGE -LOCK COUPLING ADAPTER. 2. CONNECT 20" DISCHARGE HEADER TO EXISTING WALL PIPE. 3. INSTALL VERTICAL TURBINE SERVICE WATER PUMP PER SPECIFICATION 44 42 56.02. 4. VERTICAL TURBINE BACKWASH WATER PUMP. SEE SHEET BW-4. 5. REFER TO SHEET SD-3 FOR PIPE SUPPORT DETAIL. 6. SOLE PLATE AS SPECIFIED. 7. ELEVATIONS SHOWN ARE FOR ALT. BID ITEM VERTICAL TURBINE CAN PUMPS. FIELD VERIFY EXISTING & UTILIZE EXISTING ELEVATIONS IF ALT. BID ITEM IS NOT AWARDED. 8. END OF EXISTING BASE BID MODIFIED PIPING. CONNECT TO EXISTING OR NEW VERTICAL TURBINE CAN PUMPS. 9. CONNECT 3-SW-DI TO EXISTING LINE. 340 iT TYPE F (TYP) 12-BFV-M EL 476.0 +/- 70 MODIFICATIONS n SECTION 12-S -'DI EL 447.75 E 0 1' 2' 4' 8' 1/4"=1'-0 1-20 MODS. VILLAGE CREEK WRF (n z 0 Q zLL 0 0 H 1n a � a U d (n z z O • Ex; < � � U U W (n to 0 z J 0_ re re 9 8 ce O mtzS SHEET SW-1 SEQ. 64 aye'-� ��,.=a."✓ —yS' v r _„^i'.�."i��-"zj 0 o TYPE RR THRUST HARNESS SCHEDULE LOCATION PIPE SIZE DESIGN PRESSURE NUMBER OF BOLTS BOLT DIAMETER STUD HOLE DIAMETER BOLT SPACING T A B C W 0 MIN. HB E HE MIN. CYLINDER THICKNESS UNDER LUG BACKWASH PUMP DISCHARGE 36" 100 4 1J6" IA" 90' &" 7" 7" 12 3" 33" 41/4 3WL" 21/2" 0.188 LUG MATERIAL SHALL BE ASTM A-283 GRADE C OR ASTM A-36 DRESSER COUPLING OR APPROVED EQUAL. GAP BETWEEN PIPES SHALL BE 1" MIN. AT COUPLING. STUD BOLTS SHALL BE ASTM A193, GRADE B7, 8UN THREADS PER INCH; NUTS TO CONFORM OT ASTM A194 GRADE 2H, SEE THRUST SCHEDULE FOR NUMBERS AND SIZES OF BOLTS. DOUBLE NUT EACH END. NOTE: 1. VERIFY THAT CENTER SLEEVE WILL BE ABLE TO CLEAR PLAIN END OF PIPE WHEN MOVED ONE DIRECTION. 2. WHERE INSULATED HARNESSED DRESSER COUPLINGS ARE INDICATED, INSTALL INSULATING SLEEVES AND WASHERS ON THRUST RODS, AND USE AN INSULATED DRESSER COUPLING. THRUST HARNESS DETAIL NOT TO SCALE TOP 90' TYPICAL SECTION NOT TO SCALE BACK PLATE CONTINUOUS RING AROUND PIPE A T T FRONT PLATE CONTINUOUS RING AROUND PIPE TYPE RR LUG DETAIL NOT TO SCALE NOTE: LUG SHALL BE CONSTRUCTED AS PER AMA M11 STANDARDS :->''.rzra �wS,r.-"", ¢S�,>".—s°+..y.-=�.`^�P., .-.✓a.� ®,_.,=.F`eral:>��n�.»,=r`4. _-,/'b_�s'��,.f'�.✓°`+� TYPE RR LUG GUSSET DETAIL NOT TO SCALE CITY OF FORT WORTH, TEXAS N LLJ VILLAGE CREEK STANDARD DETAILS GO J W 0 MECHANICAL i[� 0 3 N 0 m CD ADDENDUM NO.3 SHEET SD-16 SEO. 92A ADDENDUM NO. 2 CITY OF FORT WORTH PROJECT NO. 01628 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODIFICATIONS August 3, 2012 BID DATE: Thursday, August 23, 2012, 1:30 PM The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Proposal. GENERAL CLARIFICATION: 1. Section 00 45 12 Pre -Qualification Statement is not required to be turned in with the project specific prequalification or the Bid Form. The form is deleted from the contract documents. Reference the specifications and appropriate addendum items below for specifics. SPECIFICATIONS: A2-1 SPECIFICATION 00 41 00 BID FORM Reference Page 2 of 3, Section 5. "Attached to this Bid": Remove part f. "Prequalification Statement, Section 00 45 12" in its entirety. A2-1 SPECIFICATION 00 45 11 BIDDERS PREQUALIFICATIONS A. Reference Addendum No, 1, Item A1-4 and remove any reference to "Section 00 45 12° A2-2 SPECIFICATION 00 45 12 — PREQUALIFICATION STATEMENT A. Remove this section in its entirety from the specifications. �EOF 1 aezGaR TF4- r*am oeft �' SGGGGGGG99G99GRRSriVAey6 P 0, DAVID R. JACKSON ,r ee eoeeaoeezeeeea.Ge aess s - # �, G 826 7 5 L`•� 1 �TFaaA/ 0e BENS e» \ dos(),1\144� FREESE AND NICHCLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO. 2 Addendum No. 2 1 of 1 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications ADDENDUM NO. 1 CITY OF FORT WORTH PROJECT NO. 01628 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODIFICATIONS July 31, 2012 BID DATE: Thursday, August 23, 2012, 1:30 PM The following additions, deletions, modifications, or clarifications shall be made to the appropriate sections of the plans and specifications and shall become a part of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Proposal. GENERAL CLARIFICATIONS: 1. A project specific prequalification is required for General Contractors on this project, irrespective of whether or not the Contractor has participated in the annual prequalification with the City of Fort Worth. Project specific prequalification of subcontractors is not required for this project. Reference the specifications and appropriate addendum items below for specifics. SPECIFICATIONS: Al-1 SPECIFICATION 00 21 13 INSTRUCTION TO BIDDERS A. Reference Page 1 of 9: Remove the words "and Subcontractors" from the heading on Section # 3. A1-2 SPECIFICATION 00 41 00 BID FORM A. Reference page 2 of 3: Replace item 3. Prequalification with the following: "3. Prequalification. A project specific prequalification is required on this project regardless of whether the Contractor has participated in the annual prequalification process for City of Fort Worth projects. Reference Section 00 45 11 PREQUALIFICATIONS for requirements." A1-3 SPECIFICATION 00 42 43 BID PROPOSAL A. Replace this section in its entirety with the attached sheets. A1-4 SPECIFICATION 00 45 11 BIDDERS PREQUALIFICATIONS A. Reference page 1 of 5: Replace Item 1. Summary in its entirety with the following: "1. Summary. This project requires a one-time project specific prequalification for the General Contractor, regardless of whether the Contractor has previously participated in the annual prequalification process for City of Fort Worth projects. To be eligible to bid, the General Contractor must submit Section 00 45 12 and 00 45 13 along with the applicable information required in Item 3. Project Specific Prequalification Requirements of this specification. Project specific prequalification is not required for subcontractors on this project." B. Reference page 1 of 5: Clarification: Item 2 deals with annual prequalification which is not a pre -requisite for this project. Delete Item 2. Prequalification Requirements in its entirety. General Contractors shall fulfill the requirements of Item 3. Project Specific Prequalification Requirements in order to be eligible to bid. Addendum No. 1 1 of 6 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications A1-5 SPECIFICATION 00 45 12 PREQUALIFICATION STATEMENT A. Clarification: Subcontractors are not required to prequalify for this project. Bidders should note in the table the subcontractors they intend to use for specific work types by name for record purposes. CDM Smith is the assigned PCSI Subcontractor. B. Delete the word "prequalified" in the first sentence. C. Delete the words "...currently prequalified for..." in the sentence above the signature block and replace with "...intended to be assigned to..." D. The column for prequalification expiration date is not required to be filled out for this project. A1-6 SPECIFICATION 00 45 13 BIDDER PREQUALIFICATION APPLICATION A. Delete pages 2 of 9 and 3 of 9 from this specification. Work type for this project is WateriWastewater Treatment Facilities. B. Replace sheet 4 of 9 with the attached replacement sheet. A1-7 APPENDIX A - OWNER SELECTED ELECTRIC MOTOR ACTUATORS FOR VALVES A. Add the attached sole -source letter from Rotork as Appendix A. A1-8 APPENDIX B - SCADA SYSTEM IMPROVEMENTS A. Add the attached sole -source letter from CDM SMITH as Appendix B. A1-9 SPECIFICATION 01 35 00 SPECIAL PROCEDURES A. Reference Page 5, and add the following: "Special Constraint Note #21: The existing blower shall remain in service at all times during the filter modifications. The existing blower shall provide temporary air for the modified filter cells. The Contractor shall coordinate with the filter manufacturer for the modified air scour procedures. Once the new blower is installed and accepted by the Owner, the Contractor shall remove the temporary air piping connections at filter cells which have been modified." A1-10 SPECIFICATION 26 29 23 LOW VOLTAGE ADJUSTABLE FREQUENCY DRIVES (VFDs) A. Reference Page 5 of 17: Add the following to section 2.01, A: "5. Toshiba" A1-11 SPECIFICATION 33 11 13.16 STAINLESS STEEL PIPE AND FITTINGS A. Reference Page 7 of 8: Add the following to Paragraph 2.02: "B. Stainless Steel Expansion Joints for Outdoor Low Pressure Air Piping: 1) Expansion Joints: Flexible bellows type with equalizing rings and control rods, except as otherwise specified or indicated on the Drawings. 2) Manufacturers: a) Stainless Steel Expansion Joints: One of the following: (1) Hyspan 1500 Series (2) Flexonics Inc. (3) Flex -Weld Inc., Keflex. (4) Approved Equal b) Pipe Alignment Guides: One of the following: (1) Flexonics Inc. (2) Flex - Weld, Inc. (3) Hyspan (4) Grinnell Addendum No. 1 2 of 6 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications (5) Approved Equal c) Intermediate Supports: Provide with protective saddles. One of the following: (1) Unistrut Corporation, Roller - type. (2) Bergen - Paterson Pipesupport Corp. (3) Approved Equal 3) Design: a) Expansion Joint Rating: 50 pounds per square inch gauge, at 800 degrees Fahrenheit. b) Bellows: Laminated stainless steel, equipped with a self - draining liner guide. c) Axial Travel of Expansion Joints: Not less than 3.50 inches." A1-12 SPECIFICATION 33 12 16.26 BUTTERFLY VALVES A. Reference Page 3 of 4: Add the following paragraph to section 2.03: "Valve manufacturer shall provide all necessary brackets and accessories to properly secure the actuator to the valve such that the valve performs in a proper manner. The actuators will be shipped to the valve manufacturer from Rotork for installation and testing for assembly at the factory. Shipping shall be paid for by Rotork. Contractor shall be responsible for shipping costs for delivering the final assembled actuators with valves to the VCWRF. Once the assemblies are shipped to the VCWRF site and installed, Rotork site services will install the quick disconnects in the actuators and deliver the wiring pig tails to the contractor for installation." A1-13 SPECIFICATION 40 92 13.13 MOTORIZED VALVE ACTUATORS A. Reference Page 6 of 7: Replace paragraph 2.02, L with the following: "The valve manufacturer shall provide all necessary brackets and accessories to properly secure the actuator to the valve such that the valve performs in a proper manner (i.e. doesn't leak, properly seats, etc.)." B. Reference Page 6 of 7: Add the following to section 2.02, M: "Once the assemblies are shipped to the plant site and installed, Rotork site services will install the quick disconnects in the actuators and deliver the wiring pig tails to the contractor for installation." C. Reference Page 6 of 7: Replace paragraph 3.01, A with the following: "All motorized valve actuators shall be shipped to the awarded valve manufacturer from actuator manufacturer for installation and testing in accordance with actuator manufacturer's recommendations." A1-14 SPECIFICAITON 44 42 56.02 VERTICAL TURBINE PUMPING UNITS A. Reference Page 25 of 28, Section 2.01, Part J, #2, and replace the paragraph with the following: "2. Coat interior of pump bowls with a ceramic epoxy coating to enhance pump efficiency. Prepare surface to SSPC SP5 minimum, or as recommended by the coating manufacturer. Prime and finish coat shall be 10 mils each DFT Belzona 1341 NSF efficiency enhancement coating system. Addendum No. 1 3 of 6 FTW11104 —Village Creek WRF Deep Filters 1-20 Modifications DRAWINGS: A1-15 SHEET G-2, SEQ. #2 A. Modify first sentence of General Note # 52 to state the following: "Contractor may.." A1-16 SHEET G-10, PRE-ENGINEERED METAL BUILDINGS A. Add to end of Note 7: "Welded or Woven Wire Cloth shall be Pacific Grating or equal. Material shall be carbon steel galvanized after welding or woven with Mesh Count: 2 Mesh, 0.105 Wire. Removable panel framing shall be designed to prevent racking of panel when unsupported and shall have handles as required for removal and reinstallation." B. Add Note 12: "Hollow Metal Door, Frame and Hardware: Exterior Doors shall be Steelcraft or equal and shall at a minimum conform with the following: a. Exterior Doors Insulated: ANSI A250.8, SDI 108, 1 3/4 inch thick. Level 3-Extra heavy duty, Model 2, seamless design. ii. Door Core: Polystyrene Foam. End Closure: Channel, 0.04 inch thick, flush. iv. Finish: Primer with ANSI A250.10 rust inhibitive type and paint with PVDF coating to match exterior panels b. Exterior Frames: Level 3 for Door Models 3, nominal 16 gage/0.053 inch thick material, base metal thickness. ii. Finish: Primer with ANSI A250.10 rust inhibitive type and paint with PVDF coating to match exterior panels c. Hardware: Provide one of the following: GJ79H Extra heavy-duty surface mounted overhead door holders with J mounting (as required) by Glynn -Johnson Part of Ingersoll-Rand or equal. ii. Provide Hardware Set: 1. 1 1/2 pr. Hinges 2. Lockset-F07 3. Extra heavy-duty overhead holder and stop." C. Add Note 13: "Metal Wall and Roof System shall be Butler Manufacturing "Butlerib II" systems or equal with the following minimum material properties and finish: 1) Panel Material and Finish: a) 26-gauge or painted Galvalume aluminum -zinc alloy (approximately 55 percent aluminum, 45 percent zinc), ASTM A 792. b) Paint with exterior colors of "Butler -Cote" finish system or equal, full- strength, 70 percent "Hylar 5000" or equal fluoropolymer (PVDF) coating. Contractor shall submit panel color options for Engineer and City approval with shop drawings prior to fabrication." A1-17 SHEET F-2, SEQ. #18 A. Add the following General Note #2: "Expansion joints shall be installed in the 18-ALP- SS pipe below the walkway in filters 4, 8, 12, and 16. See Section 1, Sheet F-7 for details." Addendum No. 1 4 of 6 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications A1-18 SHEET F-4, SEQ. #20 A. Add the following General Note #2: "Expansion joints shall be installed in the 18-ALP- SS pipe below the walkway in filters 4, 8, 12, and 16. See Section 1, Sheet F-7 for details." A1-19 SHEET F-6, SEQ. #22 A. Add the following General Note #2: "Expansion joints shall be installed in the 18-ALP- SS pipe below the walkway in filters 4, 8, 12, and 16. See Section 1, Sheet F-7 for details." A1-20 SHEET F-7, SEQ. #23 A. Add the following General Note #4: "The high temperature link seal shall be rated for a high temperature of 250-degrees F." A1-21 SHEET F-14, SEQ. #30 A. Add the following sentence to Note By Symbol #3: "Coatings shall be applied from the New 24-Inch Venturi Meter all the way down to the finished floor of the piping gallery." B. Add the following General Note #5: "For the New Hose Rack's shown, the Contractor shall not provide a hose." A1-22 SHEET F-16, SEQ. #32 A. Add the following sentence to Note By Symbol #3: "Coatings shall be applied from the New 24-Inch Venturi Meter all the way down to the finished floor of the piping gallery." B. Add the following General Note #5: "For the New Hose Rack's shown, the Contractor shall not provide a hose." A1-23 SHEET F-21, SEQ. #37 A. Add the following General Note #2: "The Contractor shall provide new 36-inch dresser couplings and new 36-inch plain end by flange adapters along with the new 36-inch ductile iron spool piece." A1-24 SHEET F-37, SEQ. #53 A. Reference Section 3 and add the following Note #1: "Reference detail 1/SD-12 for embedment depths of the #3 and #4 rebar." B. Reference Section 4 and add the following Note #5: "Reference detail 1/SD-12 for embedment depths of the #3 and #4 rebar." A1-25 SHEET F-41, SEQ. #57 A. Remove General Note #1 and its entirety. B. Add the following to Note By Symbol #1: "The air diffuser manufacturer shall re -use the existing 64 drop pipe locations for the new diffusers. If the aeration system requires less than 64 drop pipes, then the contractor shall cap the drop pipe locations per the manufacturer's design." C. Remove Note By Symbol #2 and its entirety. D. Change the Note By Symbol #4 to Note by Symbol #3 on Plan View Section 2. E. Replace the Note By Symbol #3 with the following: "Contractor shall cut and replace provide the 6-Inch air piping at the location shown in order to avoid interference of the new gate and operator." A1-26 SHEET SW-1, SEQ. #64 A. Add the following Note By Symbol #9 upstream of the 20-inch butterfly valve and downstream of the new 20-inch venturi meter: "The Contractor shall provide a 2-inch drain valve and route 2-inch PVC piping to the nearest drain." Addendum No. 1 5 of 6 FTW11104 —Village Creek WRF Deep Filters 1-20 Modifications A1-27 SHEET H-7, SEQ. #77 A. Add the following General Note #4: "The existing ceiling is plaster and lath and shall be removed for the installation of the new drop ceiling tile system." A1-28 SHEET SD-6, SEQ. #83 A. Reference Detail 362, Type A, remove the following words from the note pointing to the wall mount: "Expansion Anchors". ��oa�o\�1 11 ° e -9s, l i*o° a*I0 e e*oeoeeeeeeeeeeeeeeeeeeeeoe / �I�DFV�2F. NJ�CKSe O�N / �eeeeeeeeeeeoee o/ ,I8675 % �_ FREESE AND BLS, INC. TEXAS REGISTERED ENGINEERING FIRM F-2144 END OF ADDENDUM NO. 1 Addendum No. 1 6 of 6 FTW11104 — Village Creek WRF Deep Filters 1-20 Modifications SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application 00 42 43 BID PROPOSAL Page 1 of 2 Project Item Information Bidder's Proposal Bidtist Item Description Unit of Measure Bid Quantity Unit Price Bid Value I Bid for the Filters 1-20 Modifications, construction, equipment and operational completion of work as shown in the contract documents not including Bid Items 2-12, for the lump sum of: dollars L.S. I and cents. 2 Bid for the development, design and implementation of a Trench Safety System as required by the Occupational Safety and Health Administration and for said system, for the unit price per linear foot of: dollars L.F. and cents. 3 4 Bid for all costs associated with the Furnishing and Installation of Underdrains in 20 Filters utilizing a Monolithic Grout Pour or Standard Installation Method as described in Contract Documents; including Underdrain Blocks, Mounting Hardware and Fasteners, Stainless Steel Air Header and Drop Piping, Grout, Labor, Testing and Manufacturer's Representation, for the lump sum of: dollars L.S. l and cents. Bid for all costs associated with the Furnishing and Installation of Filter Media in 20 Filters as described in the Contract Documents; including Support Gravel, Sand, Anthracite, Labor, Testing, and m Manufacturer's Representation, for the lump suof: dollars L.S. I I 2250 400 and cents. 5 Bid for all costs associated with the Filter Pipe Gallery Modifications, including, but not limited to, 24-Inch Butterfly Valves, 24-Inch Venturi Meters, 36-Inch Butterfly Valves, Air Vent Valves, Sump Pumps and Miscellaneous Mechanical Equipment as shown in the contract documents, for the lump sum of: dollars L.S. and cents. 6 Bid for the Electrical and Instrumentation Improvements associated with the Deep Filters 1-20 Modifications as shown in the contract documents, for the lump sum of dollars L.S. and cents. 7 Bid for Pipe Gallery Pressure Injection of Cracks in the Interior Walls, for the unit price per linear foot of: dollars L.F. and cents. 8 Bid for Pipe Gallery Interior Removal of Delaminated/Spalled Grout, preparation and installation of Grout Rub, for the unit price per cubic foot of: dollars C.F. and cents. 9 Bid for the Influent Channel, Pipe Gallery, Effluent Channel, Backwash Pump Station and Waste Wash Water Channel, preparation and application of Concrete Repair Mortar, for the unit price per cubic foot of: dollars C.F. 40 and cents. 10 Bid for the HMAC Roadway Improvements as shown in the contract documents, for the square yard of: dollars S.Y. 1100 and cents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application 00 42 43 BID PROPOSAL Page 2 of 2 Project Item Information Bidders Proposal Bidlist Item Description Unit of Measure Bid Quantity Unit Price Bid Value 11 12 Bid for owner -selected electric motor actuators for valves and gates as described in Appendix A, for the lump sum of: Eight Hundred and L.S. 1 5881,928.00 5881,928.00 ---- -- Eighty One Thousand and Nine Hundred and Twenty Eight dollars and Zero cents. Bid for the Work, Furnishing of Equipment and Programming to be performed by CDM Smith to modify the SCADA system as described in Appendix B, for the lump sum of:One Million and Ninety One L.S. 1 S1,091,092.00 S1,091,092.00 Thousand and Ninety Two dollars and Zero cents. Total Base ]rid A.1 *Bidders to insert Trench Safety Bid Quantity planned, minimum 200I.F. Alternate Bid Furnish and Install Four (4) Service Water Pumps Total Alternate Bid Total Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 9 1. List equipment which you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present business name? List previous business names 3. How many years experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor? 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER * If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer or owner of another organization that failed to complete a contract? If so, state the name of individual, other organization and reason. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY I, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 it ovstiuegpptt3a4 r Practical` results Outstanding service 4055 International Plaza, Suite 200 • Fort Worth, Texas 76109 • 817-735-7300 • fax 817-735-7491 www.freese.com June 12, 2012 Joe Etchegaray Municipal and Industrial Automation, Inc. PO Box 2231 Mansfield, TX 76063 RE: Motorized Valve Actuators Village Creek Water Reclamation Facility Deep Filters 1-20 Modifications City of Fort Worth Dear Mr. Etchegaray: The City of Fort Worth desires to sole -source the motorized valve actuators and appurtenances for the above referenced project and to pre -negotiate a quote for this equipment. The motorized valve actuators and appurtenances associated with specification Section. 40 92 13 will be included in the bid proposal as one base bid allowance item. The scope of your work shall be to furnish the motorized valve actuators and appurtenances identified in specification Section 40 92 13, related sections and in accordance with the terms and conditions of the final advertised Contract Documents. The quote also includes delivery of the equipment described above F.O.B. to the City of Fort Worth Village Creek Water Reclamation Facility. We request that you provide us with a quote for the equipment and services required for this project, document your terms and conditions for delivery and provide a signed notification from the manufacturer (Rotork International) that pricing and delivery terms that you quote will be valid for the time frames described below. This will allow us to indicate to the general contractor the price for your material and services to include with the total bid. Your quote shall consider the terms and conditions set forth in the Contract Documents. 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.fortworthgov,org/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buz7saw site. The Contract Documents may be downloaded, viewed, and printed. Municipal and Industrial Automation, Inc. will furnish all required motorized valve actuators and appurtenances and all associated services as described above and in the Contract Documents and shown in the table below. Rotork Sole Source Letter to MIA June 12, 2012 Page 2 of 4 Allowance Item for Base Bid Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value B-11 Bid for Owner -Selected Electric Motor Actuators for Valves Described in the Appendix A, for the lump� l�o2 dolm LS 1 G O i q02 g.0o g i qa 0of: .� lars and 60 cents. This price is valid for 120 calendar days after this document is signed. A complete equipment submittal package including all required items specified in Section 40 92 13, is guaranteed to the Contractor for Engineer's approval 4 weeks following your receipt of purchase order. Manufacturer's completion of fabrication, equipment shipment and delivery to the job site is guaranteed at 16 weeks from your date of receipt of the Engineer approved submittal. Municipal and Industrial Automation, Inc. will house all of the actuators, and provide the actuators to the contractor within 72 hours' notice that the contractor is ready to receive an actuator. Failure to meet the above guaranteed dates may impact the construction schedule and result in Contractor delays at a financial hardship to City of Fort Worth that may be transferred to Municipal and Industrial Automation, Inc. The manufacturer acknowledges the receipt of all addenda issued prior to August 23, 2012 and agrees that the quote provided in this letter reflects any changes shown in these addenda. Any additional modifications issued in future addenda relevant to the actuator quotation will require that a revised quotation letter be re -issued to replace the original quotation letter. The manufacturer shall be responsible to request for a revised quotation letter to be issued by the Engineer and agrees to return the complete letter fully executed wi r: quired acco e . i ing documents, terms and conditions and price quotations a minimum of 72 durs prio to bid o Signed e Etch Municipal and In utomation, Inc. Date ,2012 Rotork Sole Source Letter to MIA June 12, 2012 Page 3 of 4 Acknowledgement Before me, the undersigned authority, a Notary Public in and for the State of I01}0 , on this day personally appeared Joe Etchegaray, Municipal and industrial Automation, Inc., known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that• he executed same for and as the act of Municipal and Industrial Automation, Inc. for the purposes and consideration herein expressed and in the capacity therein stated. Given under my hand and seal of office on this Q day of (SEAL) Wendy Doran Notary Public State of Texas My Comm. Exp. 4/30/16 My Commission Expires: 130/gp 2012. otary Pu is 31 and for The State of ,\ L< } WFODu Luep rJ Notary's Printed Name Please return this form with signature and spaces filled in to Freese and Nichols to the attention of Mr. David R. Jackson, at 4055 International Plaza, Suite 200, Fort Worth, TX 76109 prior to August 20, 2012. This letter, along with any additional information or attachments (such as your standard terns and conditions), will be included in Appendix A of the Contract Documents. Please also complete the attached Non -Collusion Affidavit and return with this letter. Please call if you have any questions. Sincerely, Freese and Nichols Inc. David R. Jac Project Man , P.E., BCEE Rotark Sole Source Letter to MIA June 12, 2012 Page 4 of 4 NON -COLLUSION AFFIDAVIT Municipal and Industrial Automation, Inc. PO Box 2231 • Mansfield, TX 76063 Date: 1- 2 Freese and Nichols Inc. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Attn: David R. Jackson, P.E., BCEE RE: Non -Collusion Affidavit Section 40 92 13 — Motorized Valve Actuators Village Creek Water Reclamation Facility Deep Filters 1-20 Modifications Dear Mr. Jackson: Municipal and Industrial Automation, Inc. is fully informed about the preparation and contents of the Bid and all the circumstances surrounding the Bid as explained by Freese and Nichols, Inc. Based on this understanding, Municipal and Industrial Automation, Inc. proposes to provide the motorized valve actuators and appurtenances and related services as detailed in the Municipal and Industrial Automation, Inc. Procurement letter dated June 11, 2012. Neither Rotork nor its local representatives have entered into any contract, combination, conspiracy or other act as prohibited by ARS Title 44, Chapter 10. This Bid is genuine. This bid is not a collusive or sham bid. Neither the Bidder nor any of the Bidder's owners, officers, partners, directors, agents, representatives, employees or parties in interest, including Rotork and its local representatives have in any way entered, or proposed to enter, into any combination to prevent the making of any bid or fix to any prices (including overhead, profit, or other costs) of the Bid or have made any agreement or given or promised any consideration to induce any person not to bid for the work, or to bid at a specified price, or have secured, proposed or intended to secure through any agreement at unlawful advantage against the City of Fort Worth or any other person interested in the Work. This Bid is not intended to secure an unfair advantage or benefit from the City of Fort Worth or in favor of any persons interested in the proposed Agreement. The prices bid are fair and proper and are not tainted by collusion, conspiracy, connivance, or unlawful agreement on the Bidder or any other of the bidder's owners, officers, partners, directors, agents, representatives, employees, or parties in interest, including Rotork and its local representatives have divulged any information regarding the Bid to anybody other than Freese and Nic. ols, Inc. and ou . = ves. ncere tcheg. !y unicipal and In. tomation, Inc. M I A, Inc. MUNICIPAL & INDUSTRIAL AUTOMATION SPECIALISTS June 27, 2012 To: David Jackson, P.E., BCEE Freese and Nichols, Inc. Fr: Joseph G. Etchegaray Municipal & Industrial Automation, Inc. Re: City of Fort Worth — Village Creek WRF Deep Bed Media Filters Mods Mr. Jackson, I respectfully offer my quotation for the Rotork Controls Inc. IQ Pro Series actuators for the above stated project, per the written specification provided to me by your office. The pricing for the (85) defined actuators will be, $881,928.00. The pricing includes the following: (85) Rotork Series IQ Pro actuators, per the attached spreadsheet (5) Year warranty to be provided by Rotork Controls Inc., Houston, TX Specification required multi -pen connectors and disconnects. Installation of multi -pen connectors in the field by Rotork technicians Start-up of actuators by Rotork technician as the project progresses Final commissioning of the actuators upon final installation Factory O&M manuals. • Delivery of the actuators will be 16 to 18 weeks after approved submittal. • Inbound freight to the awarded valve manufacturer is included in total pricing. • All required mounting hardware to install the actuator to the valve, to include the machining of the stem bushings, shall be the responsibility of others. • Terms shall be negotiated with the awarded Contractor. Regards, / Jos�eph G. Etchegaray /President P.O. Box 2231. 11m .vield. 7X 7600 * 469-744-2373 * in)minuinin .ensn ACTUATOR Q z z z Ln UU } r-1 m m a Size #1 with WG Size #1 with WG a z z LD 0 0 1� 0 0 0 0 0 0 0 0 0 0 c-1 N IJ c i c'1 In in Lfl Ill Ln nj 0 0 0 0 0 Ln ul Ul U1 U) < m O O ID co co co m m i Hc-I H c I c in in U) n t, in (1) v.) CI)N z +c-+H zzzzz a a a a a Co - us N LD C0 0 lD CD 00 'Co 'Co DD 00 X to N m m N m m H H Hc-I _ 00 W > a > > > > > > > > > > > Ur - Y i LL LL U- LL LL LL LL LL LL LL LL m m m m m m m m m m m (f) 0 § 3 L O u rn v o •E w U N Fir C i zO `-I N %--i O O N N CIN c� c-i O = N vO- N N N N INL IV j c O >. 0 o ` S a. E U m 0' v O to U) N > N rn ro o rUo ' afi > 0 o vLL : t (I)> +' .172 a)o a -0a 2 m v m u L 3 c 3 .1_. c< }' O - L S Q > U U �' O O rvo O v Q) U Lu ° Q Q U z �i Lit o co U a co 2 (moo ca. -6 = .1:5-a 4-,-, E OC >- > .1' U n Y4 cc L O v O t—o D3fu m OwuO 0 �Q'CY o a. 1-- * * ro * * * * * * wc-1 N m d' Ln lD I� 00 Q) O� cr-i r_i Ff BACK) BACKW SE FI FILT BLOWE [ All BLOWER I July 13, 2012 To Whom It May Concern: Please be advised that with regards to the City of Fort Worth - Village Creek Project, Rotork will: 1. Work with M.I.A. and protect the Fort Worth contracted price 2. Provide a 5 year warranty as long as start-up is performed by Rotork Site Services technicians 3. Support M.I.A. through the duration of the project We recognize that M.I.A.'s contract with the city expires on July 19th, 2012 and the rules of this engagement are subject to re -negotiation at that time. Should any concerns remain, please do not hesitate to contact the Houston office at the above address and/or telephone number. Best regards, CIG� C„),Ue Chris Carlisle Gulf Coast Sales Manager rotorif Controls Rotork Controls, Inc. 1811 Briltmoore Suite 100 Hammerly Business Park Houston, Texas 77043 tel: +1 713 856 5640 fax: +1 713 856 8127 www.rotork.com info@rotork.com joe@miautoinc.com From: Carlisle, Chris <Chris.Carlisle@rotork.com> Sent: Thursday, June 14, 2012 10:30 AM To: joe@miautoinc.com Cc: Duke, Chris; Anderson, Donnie; Everill, Kenneth A.; Kelley, Jeff; Underwood, Rand; Cunningham, Scott Subject: Fort Worth - Village Creek Importance: High Hello Joe, All Rotork parties are in agreement: Our interests are best served with M.I.A. representation through substantial completion (start-up) of the Village Creek project. This commitment will transcend the July 19th contract expiration between M.I.A. and the City of Fort Worth. NOTE: this only applies to this city and project. We have notified Farida Goderya (City of Fort Worth, Engineering) of such. Feel free to share with others. Thank you, Chris Carlisle Sales Manager - Controls 1811 Brittmoore Suite 100 Hammerly Business Park Houston, Texas 77043 Tel: +1713 856 5640 X13325 I CeII: +1832 754 0416 Email: chris.carlisle@rotork.com II web: www.rotork.com Tech Support: 585-247-2304 X10459 I us-asts@rotork.com This email has been scanned for viruses by Webroot. 1 4055 International Plaza, Suite 200 • Fort Worth, Texas 76109 • 817-735-7300 • fax 817-735-7491 www.frcese.com July 24, 2012 CDM Smith 8140 Walnut Hill Lane, Suite 100 Dallas, TX 75231 RE: SCADA Improvements Village Creek Water Reclamation Facility Deep Filters 1-20 Modifications City of Fort Worth Dear Mr. Bailey: The City of Fort Worth desires to sole -source the Application Engineering Supplier (AES) which will include the furnishing of the Emerson hardware, installation, software, configuration, testing and training for the above referenced project and to pre -negotiate a quote for this work. The general conditions and general requirements located in the contract documents shall pertain including the following technical specifications related to the above work: • 40 80 00 Testing • 40 90 00 Instrumentation General Provisions • 40 91 13 Field Instruments • 40 94 44 Distributed Control System • 40 95 15 Input -Output List • 40 95 25 Panel Mounted Equipment • 40 95 34 Fiber Optic Data Network • 40 96 20 Field Instrument List • 40 96 30 Control Loop Descriptions • 40 96 35 Application Services The Application Engineer Supplier associated with specifications above will be included in the bid proposal as one base bid allowance item. The scope of your work shall include: • Furnishing and Installing the selected Emerson Equipment • Provide programming, configuration, integration, training including but not limited to loading of the software on computers, Ethernet configuration, and communication between servers and the DCS system. All of these items above shall be in accordance with the terns and conditions of the final advertised . Contract Documents. We request that you provide us with a quote for the equipment and services required for this project, document your terms and conditions for delivery and provide a signed notification from the manufacturer (Emerson) that pricing and delivery terms that you quote will be valid for the time frames described below. This will allow us to indicate to the general contractor the price for your material and services to include with the total bid. Your quote shall consider the terms and conditions set forth in the Contract Documents. 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.fortworthgov.org/purchasing/ 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. CDM Smith will furnish, install and program all required SCADA improvements and all associated services as described above and in the Contract Documents and shown in the table below. CDM Smith Sole Source Letter July 24, 2012 Page 2 of 4 Allowance Item for Base Bid Bidlist Item No. Description Unit of Measure Bid Quantity Unit Price Bid Value Bid for the Work, Furnishing of Equipment and Programming to be performed by CDM Smith to B-12 modify the SCADA system as Described in Appendix B, for the LS 1 f �,y, oq z, lump sum tsn(2 m ;1� 'r-t . ru (Li 7Y_ of: WiP(1,5# D AlikIC/ jf` - _ -. - . . lars acid _/zt2 cents. This price is valid for 120 calendar days after this document is signed. A complete equipment submittal package including all required items specified in the sections above, is guaranteed to the Contractor for Engineer's approval 4 weeks following your receipt of purchase order. Manufacturer's completion of fabrication, equipment shipment and delivery to the job site is guaranteed at 16 weeks from your date of receipt of the Engineer approved submittal. CDM Smith will provide all of the related SCADA system equipment to the contractor within 72 hours' notice that the contractor is ready to receive the equipment. Failure to meet the above guaranteed dates may impact the construction schedule and result in Contractor delays at a financial hardship to City of Fort Worth that may be transferred to CDM Smith The CDM Smith acknowledges the receipt of all addenda issued prior to August 23, 2012 and agrees that the quote provided in this letter reflects any changes shown in these addenda. Any additional modifications issued in future addenda relevant to the SCADA system quotation will require that a revised quotation letter be re -issued to replace the original quotation letter. CDM Smith shall be responsible to request for a revised quotation letter to be issued by the Engineer and agrees to return the complete letter fully executed with required accompanying documents, terms and conditions and price quotations a minimum of 72 hours prior to bid opening. Signed by: Pete 1'ailey CDM Smith SAG , 2012 Date CDM Smith Sole Source Letter July 24, 2012 Page 3 of 4 Acknowledgement / Before me, the undersigned authority, a Notary Public in and for the State of 7' Qy , on this day personally appeared Dean Gorell, CDM Smith, known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed same for and as the act of CDM Smith for the purposes and consideration herein expressed and in the capacity therein stated. Given under my hand and seal of office on this ''f4 day of (SEAL) My Commission Expires: 2012. tary Public in and for e State of "reic4 6 (apue arrilio Notary's Printed Name Please return this form with signature and spaces filled in to Freese and Nichols to the attention of Mr. David R. Jackson, at 4055 International Plaza, Suite 200, Fort Worth, TX 76109 prior to August 20, 2012. This letter, along with any additional information or attachments (such as your standard terms and conditions), will be included in Appendix B of the Contract Documents. Please also complete the attached Non -Collusion Affidavit and return with this letter. Please call if you have any questions. Sincerely, Freese and Nichols Inc. ame, David R. on, P.E., BCEE Project -r CDM Smith Sole Source Letter July 24, 2012 Page 4 of 4 NON -COLLUSION AFFIDAVIT CDM Smith 8140 Walnut I-Iill Lane, Suite 100 Dallas, TX 75231 Date: �] Fee, 1i z.. Freese and Nichols Inc. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 Attn: David R. Jackson, P.E., BCEE RE: Non -Collusion Affidavit SCADA System Modifications Village Creek Water Reclamation Facility Deep Filters 1-20 Modifications Dear Mr. Jackson: CDM Smith is fully informed about the preparation and contents of the Bid and all the circumstances surrounding the Bid as explained by Freese and Nichols, Inc. Based on this understanding, CDM Smith proposes to provide the Application Engineering Services and related services as detailed in the CDM Smith Procurement letter dated July 24, 2012. Neither Emerson nor its local representatives have entered into any contract, combination, conspiracy or other act as prohibited by ARS Title 44, Chapter 10. This Bid is genuine. This bid is not a collusive or sham bid. Neither the Bidder nor any of the Bidder's owners, officers, partners, directors, agents, representatives, employees or parties in interest, including Emerson and its local representatives have in any way entered, or proposed to enter, into any combination to prevent the making of any bid or fix to any prices (including overhead, profit, or other costs) of the Bid or have made any agreement or given or promised.any consideration to induce any person not to bid for the work, or to bid at a specified price, or have secured, proposed or intended to secure through any agreement at unlawful advantage against the City of Fort Worth or any other person interested in the Work. This Bid is not intended to secure an unfair advantage or benefit from the City of Fort Worth or in favor of any persons interested in the proposed Agreement. The prices bid are fair and proper and are not tainted by collusion, conspiracy, connivance, or unlawful agreement on the Bidder or any other of the bidder's owners, officers, partners, directors, agents, representatives, employees, or parties in interest, including Emerson and its local representatives have divulged any information regarding the Bid to anybody other than Freese and Nichols, Inc. and ourselves. Sincerel Pete s ailey CD Smith Smith July 30, 2012 Freese and Nichols 4055 International Plaza, Suite 200 Fort Worth, TX 76109 RE: Scada Improvements Village Creek Waste Water Reclamation Facility Deep Filters 1— 20 Modifications City of Fort Worth CDM Constructors Inc. shall furnish, install and program all required SCADA improvements for the above referenced project, and per the attached quotation as follows: • Emerson Ovation DCS with Spare Parts and AMS Software per the specifications and the attached scope and fee proposal from Emerson o Hardware Submittals o Spare Parts List • Project Management per our General Conditions as shown in the attached quotation • Bonds and General Liability Insurance per the attached quotation • Submittals o Control Narratives o Testing o Training s Programming o DCS Configuration ■ For 784 hardwired points as specified and miscellaneous data link points • Configuration of new DCS components o Control Logic • As specified in specifications o Graphics (total estimated to be between 20.30) ■ Graphics • Graphic templates with associated parameter files • Pop -ups ■ Trends o Reports ■ 3 new/modified reports • Testing o Unwitnessed Factory Test o Witnessed Factory Test o Operational Readiness Test (I/O Checks) CDMr • Training o Operations ■ 4 sessions of 4 hours each to cover shifts on implemented controls o Maintenance • None o Administration • None • Commissioning o Functional Demonstration Test (estimated to be 9 weeks) • O&M o Updates to previously supplied O&M manuals Exclusions • Any programming associated with communication or passing of data between the Plant DCS and existing Filter PLCs. • Any effort related to commissioning of new equipment on the existing filter PLCs. • Any effort related to the Emerson AMS software • Any effort related to City supplied hardware • Configuration of any communications switches, routers, etc. Assumptions • Submittals content and format will follow that of the DCS Replacement project • Programming related standards developed under the DCS Replacement project, will be followed • Process controls requirements are fully specified in 100% specifications and drawings • Existing reports are being created as part of the DCS Replacement project, minimizing report modifications for this project • Commissioning activities are limited to the startup of sets of filters as described in cutover sequence and filter queuing. • Emerson is responsible for any configuration related to switches, routers, etc. We have attached a copy of our standard Terms and Conditions for reference. EMERSON. Process Management May 4, 2012 Attention: Ms. Wendy Nilsson Gupta & Associates, Inc. (GAI) Subject: City of Fort Worth, Texas Village Creek Deep Bed Filter Modifications Emerson Process Management Power & Water Solutions, Inc. Offer No. WAM12120167 Rev. 1 Dear Ms. Nilsson: Emerson Process Management Power & Water Solutions, Inc. 200 Beta Drive Pittsburgh, PA 15238 Tel 1 (412) 963.4000 Emerson Process Management Power & Water Solutions, Inc. (Emerson) is pleased to submit this offer for the Village Creek Deep Bed Filter Modifications Project. This offer is based on the system architecture drawings and P&IDs received on March 8, 2012 and the input/output list received on December 8, 2011. Emerson's offer includes the following equipment and services: Qty Description 1 Ovation OCR-400 Controller (in NEMA 12 cabinet, front access only) 2 Ovation Extended I/O Cabinet (NEMA 12, front access onjy) 1 Ovation Remote I/O (in NEMA 12 cabinet, front access only) 19 Analog Input Module 10 Analog Output Module 30 Digital Input Module 15 Relay Output Module 2 Fan -out Ethernet Switch 1 Field LAN Router 2 NEMA 12 Network Cabinet 2 Fiber Optic Patch Panel (for RIO-to-Controller connections) 4 Copper/Fiber Optic Media Converter 1 lot Project Engineering (includes project management, submittals, drawings, and O&M manuals) 1 lot Field Engineering (includes installation inspection, loop test support, and startup testing support) - forty-five (45) man -days of field engineering are included. Travel and living expenses for Emerson field service engineers are also included with up to five (5) trips to the site. The man-hour bank's field engineering is calculated using weekday rates, no weekend or holidays are included. Additional days can be purchased if required. Weekdays - First 8 hours that day @ 1 hour worked = 1 hour charged Additional hours that day @ 1 hour worked = 1.5 hours charged Saturdays - All hours that day @ 1 hour worked = 1.5 hour charged Sundys & Holidays - All hours that day @ 1 hour worked = 2 hours charged Page 2 In developing this offer, Emerson has made the following assumptions: • Programming (database configuration, control logic, graphics, and ELC configuration) and datalink configuration will be performed by the City's programming consultant and is therefore not included • The "City Network PC", "Operator Workstation", "Blower Control Panels" and "PQM" devices shown on the System Architecture Diagram are not included in Emerson's scope of work • In estimating I/O module quantities, 20% spare points were added to the I/O point quantities in the I/O list • A factory acceptance test is not included • Demolition of existing equipment and installation of new equipment are not included • Per GAI's request, UPSs are not included in Emerson's offer • An Ovation workstation, including hardware and software licenses, will be provided by others • The blower PLCs (provided by others) will utilize the Modbus TCP/IP protocol. Spare Parts Emerson has included an option price for spare parts for the entire Ovation DCS. The recommended list of spare parts Is attached to this offer. Summary Thank you for the opportunity to submit this offer. Emerson looks forward to working with you to achieve the highest levels of success for the Deep Filter Bed project. If you should have any questions or require additional information, please feel free to contact me at 412-963-3613. Regards, Wee Regaide, Mike Rinaldi Proposal Engineer Emerson Process Management Power & Water Solutions, Inc. Page 3 Commercial Description for the Village Creek Deep Filter Bed Project This document defines the commercial basis under which Emerson makes this offer. Terms and, Conditions This offer expressly limits acceptance to the terms of this offer including the terms and conditions set forth in the Emerson Process Management Terms and Conditions of Sale Form B (01 08) and the Software Licensing Agreement, as included with this offer. Pricing; The price for this system as offered is $280,284. Delivery shall be FOB origin. Freight and handling charges shall be added. The spare parts option price is $220,583. Delivery shall be FOB origin, Freight and handling charges shall be added, Terms of Payment Emerson would like to work with you in developing a mutually agreeable milestone payment schedule. A typical payment schedule is shown below. Invoices will be issued for each of the following deliverable line items with payment due net 30 days from the date of the invoice. The amount of each invoice shall be calculated by applying the percentages (%) shown below against the total Purchase Order price including any changes. 10% Upon Mobilization and Kick -Off Meeting 20% Upon Initial DCS Hardware Released to Manufacturing 45% Upon DCS Hardware Complete on Test Floor 20% Upon Hardware Shipment (on pro rata basis) 5% Upon Completion of Installation and Start-up (but in any event not later than 90 days after last major product shipment) Delivery. A mutually agreeable delivery schedule will be established after contract award. Bid'Validity This offer shall remain valid for six (6) months from the date of this letter, unless otherwise extended, modified, or withdrawn in writing by Emerson. Proprietary information This offer and any subsequent communications are considered to be proprietary information of Emerson. Accordingly, please do not publish, use, reproduce, transmit, or disclose to others outside your organization any information contained in this offer without prior written consent by Emerson. Page 4 Recommended Spare Parts Item Description Quantity Recommended 1 Connector kit 1 2 Branch terminator, left 3 3 Branch terminator, right 3 4 I/O base, screw terminals 10 5 Emod, serial Zink 1 6 _ Pmod, serial Zink, RS485 1 7 Emod, relay base assembly 3 8 Emod, DI 48V onboard 14 9 Fuse, 0.063A 109 10 Power supply, 24/24 AC 2 11 Router, DMZ w/Ether 1 12 Ethernet switch, spare 1 13 Media converter, ST 1 14 EtherWAN media rack power supply 1 15 Power supply, 48 VDC 20A 1 16 Diode block 40A 1 17 ROP transition panel 3 18 Fluorescent fixture, 115V 3 19 Fluorescent bulb, 9" 3 20 AC static switch 1 21 Emod, Al 4-20mA HART 14 22 Pmod, Al 4-20mA HART 14 23 Emod, AO HART (4) ISO 10 24 Controller I/O module 2 25 Controller processor module 2 26 I/O base, connectors 12 27 Matrox G450x4 128mB 1 28 Relay base with fusing, G2R 3 29 ' Hard disk media, 320GB 1 30 OKIDATA model 395C, 115V 1 31 OKIDATA model 395C ribbon 1 32 LCD monitor, 24" 2 33 Fuse, 10A 3 , , Village Creek Filters Project name d OD N. 6 \ / CO 6; §\(/f \\ §\ §\ §\ CO 03 CO CO I « #oo §§§))( E( ;§S &§§ mp(a/a /k§ \ e ~ to- 4 ari , ��lbw: ,��� , a, 04 0. Csi CV /1)) k .E �!{ _f # of §k @ ] )8 � rE ` o §( #g E\) ff§■o o . lEll§�¥, � 2t 01 o,3 Estimate Totals Subtotal Direct Cost a! ;a — Gen Uab In (% total cost GC Bonds (% total cost Subtotal Prior to OH&P 0 Subtotal with OH&P Construction Contingency Total Cost at: cu uf (NI \ w n CDM Smith Design § \ TOTAL COST EXHIBIT B TERMS AND CONDITIONS 1.0 TERM This Agreement shall be in effect from the date of execution by CONTRACTOR and shall continue thereafter until completion of the Project. 2.0 WORK SCOPE, PERFORMANCE AND STANDARD OF CARE SUBCONTRACTOR shall furnish all labor, materials, facilities, equipment and supervision necessary, including all necessary scaffolding, and/or equipment, to fully construct in a good, thorough and workmanlike manner in every respect all Work as specified or indicated in Exhibit A (Scope of Work) of this Agreement to the full satisfaction of the CONTRACTOR; and SUBCONTRACTOR shall: a. Supervise and direct the Work, using the SUBCONTRACTOR's best skill and attention. The SUBCONTRACTOR shall be solely responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under this Agreement. The SUBCONTRACTOR shall be responsible to the CONTRACTOR for acts and omissions of the SUBCONTRACTOR's employees, its subcontractors and their agents and employees, and other persons performing the Work on behalf of SUBCONTRACTOR; use methods, equipment and documentation practices which conform with prevailing standards of accuracy, competence and completeness for the Work required and in accordance with all applicable regulations and agency requirements of the state in which the Work is performed, or as otherwise specified by CONTRACTOR. b. Assure that all materials and supplies conform in quality and kind with those specified by CONTRACTOR. c. Keep Work areas clean, protect its Work, equipment and materials from loss or damage, and remove its waste material and debris upon completion of Work. SUBCONTRACTOR shall comply with all applicable statutes, ordinances and regulations regarding the handling or disposal of any hazardous materials or wastes with which its personnel or equipment may come in contact. If SUBCONTRACTOR's performance of the Work results in a release of any hazardous substance, pollutant or contaminant to the environment, SUBCONTRACTOR shall immediately inform CONTRACTOR verbally of such release and promptly follow up with a written report setting forth such additional information as CONTRACTOR may request. d. Employ for Work hereunder personnel who possess the necessary qualifications to perform the Work and provide them with appropriate protective equipment required by the Work or as set forth in CONTRACTOR safety plans. Any CONTRACTOR equipment provided for SUBCONTRACTOR's use shall be returned to CONTRACTOR upon completion of its use or as otherwise directed by CONTRACTOR in good condition, normal wear and tear excepted. e. Assign to the Work and maintain at the Work site at all times that Work is in progress a competent representative to supervise its activities and receive instructions from CONTRACTOR's representative. f. Agree to maintain all permits and licenses required for its performance of the Work and to comply with all federal, state and local laws (including health, safety, labor and employment laws) and all ordinances, regulations and orders of governmental agencies pertaining to the Work. The SUBCONTRACTOR hereby undertakes to the CONTRACTOR all obligations with respect to the Work that the CONTRACTOR has undertaken to the OWNER in the Prime Contract. If SUBCONTRACTOR determines in its performance of the Work that additional or different tasks may be necessary, SUBCONTRACTOR will notify CONTRACTOR before performing such tasks to submit a request for a Change Order in accordance with Section 6.0. Exhibit B 6/5/2007 Page 1 3.0 WARRANTY Subcontractor warrants that its Work will conform with the requirements of this Agreement and with any special terms pertinent to the Work specified by CDM Constructors Inc. SUBCONTRACTOR represents and warrants that it shall be responsible for the professional and technical accuracy, adequacy and standards of all Work performed under this Agreement, including but not limited to, as applicable to the Services, supervision, inspection and testing practices; all Work is free from defects, incorporates the specifications, safety margins and other criteria specified for the Work, and is fit for the purposes intended; all design or construction Work and any materials or equipment furnished are in compliance with all applicable statutes and regulatory codes of any federal, state or local governmental body having jurisdiction over the Services; and quality control procedures meet EPA or other applicable regulatory standards or requirements. SUBCONTRACTOR further warrants and guarantees all materials and equipment furnished will be new, and all Work performed is free from all defects due to faulty materials or workmanship, and that the quality of material and workmanship supplied on the Work by the SUBCONTRACTOR is in full compliance with the Scope of Work attached as Exhibit A. The SUBCONTRACTOR warrants and guarantees that for a period of one (I) year after the date of final completion, SUBCONTRACTOR shall, at its own cost, correct or revise the Work as may be necessary caused by such defects or faults. If the SUBCONTRACTOR fails to fulfill its obligations hereunder, then the CONTRACTOR may do so and charge the SUBCONTRACTOR the full cost thereby incurred or may withhold as offset from any balance owed to the SUBCONTRACTOR. This paragraph relates solely to the SUBCONTRACTOR'S obligation to return to the job site and correct Work, and shall not in any way limit the time within which any obligation to comply with the Scope of Work described in Exhibit A may be enforced, nor the time within which proceedings may be commenced to establish the SUBCONTRACTOR'S liability with respect to any breach of its contract obligations, during such period. 4.0 INTENT OF SPECIFICATIONS AND DRAWINGS The specifications and drawings may not be complete in every detail. SUBCONTRACTOR shall comply with their manifest intent and general purpose, taken as a whole. Should any conflict, error or omission appear in the drawings, specifications, instructions or in Work done by others, SUBCONTRACTOR shall notify CONTRACTOR at once and CONTRACTOR will issue written instructions to be followed. If SUBCONTRACTOR proceeds with any of the Work in question prior to receiving such instructions, all necessary corrections shall be at SUBCONTRACTOR's expense. 5.0 PERMITS AND LICENSES/UTILITIES SUBCONTRACTOR shall procure without additional compensation all permits (other than building permits), certificates and licenses (including professional licenses) required by governmental authorities having jurisdiction over SUBCONTRACTOR, its agents, or the Work of SUBCONTRACTOR. SUBCONTRACTOR shall be responsible for ensuring that the local utility companies have been contacted concerning the subsurface explorations and that utility checks confirm that no borings or other underground activities are located in utility locations. SUBCONTRACTOR shall be responsible for exercising care in operating equipment in the vicinity of utilities, whether overhead, at ground level, or buried, and shall save and hold harmless OWNER and CONTRACTOR from and against all claims and damages of every kind for injury to, or death to, any person or persons and from damage to or loss of property, arising out of, or attributed to the negligence of SUBCONTRACTORS operations. SUBCONTRACTOR shall be responsible for any excessive damage to the land which may result from operations of equipment during the Work. 6.0 CHANGES The Scope of Work shall be subject to changes by additions, deletions or revisions thereto by CONTRACTOR. SUBCONTRACTOR will be advised in writing of any such changes. SUBCONTRACTOR shall promptly perform and strictly comply with each such change when released in writing. If SUBCONTRACTOR believes that the performance of any change would justify modification of the Contract Price or time for performance of the Work, SUBCONTRACTOR shall comply with Article 19.0, entitled CLAIMS, or a mutually agreeable equitable modification of the Contract Price and/or time to perform the Work will be made to reflect additional costs and/or time to perform Work as changed. SUBCONTRACTOR shall not suspend performance of this Agreement during the review and negotiation of any change, except as may be directed by CONTRACTOR. SUBCONTRACTOR shall perform all changes in strict accordance with Exhibit B 6/5/2007 Page 2 all the terms of this Agreement, including guarantees. 7.0 JOB SITE CONDITIONS SUBCONTRACTOR has familiarized itself with the nature and extent of the Work, site, locality, and all Local conditions and laws and regulations that in any manner may affect cost, progress, performance or any aspect of furnishing of the Work. SUBCONTRACTOR has obtained and carefully studied (or hereby assumes responsibility for obtaining and carefully studying) all examinations, investigations, explorations, tests, reports and studies which pertain to the subsurface or physical conditions at or contiguous to the site, or that otherwise may affect the cost, progress, performance or furnishing of the Work as SUBCONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by SUBCONTRACTOR for such purposes. 8.0 PROPRIETARY RIGHTS/OWNERSHIP OF DRAWINGS AND DATA All materials which SUBCONTRACTOR is required to prepare or develop in the performance and completion of the Work hereunder, including documents, calculations, maps, sketches, notes, reports, data, models and samples, and any and all inventions and copyrightable material contained therein, shall become the sole and exclusive property of CONTRACTOR without limitation when made or prepared whether delivered to CONTRACTOR or not, subject to SUBCONTRACTOR's right to use the same to perform the Work under this Agreement, and such materials shall, together with any materials furnished to SUBCONTRACTOR by CONTRACTOR or OWNER hereunder, be delivered to OWNER or CONTRACTOR upon request and in any event upon completion or termination of this Agreement, and may be used by CONTRACTOR or OWNER without restriction. SUBCONTRACTOR agrees to execute all documents and to take all steps requested by CONTRACTOR, at CONTRACTOR'S expense, which CONTRACTOR deems necessary or desirable to complete and perfect in CONTRACTOR such ownership and property rights. 9.0 SCHEDULING, COORDINATION AND REPORTING Time is of the essence in the performance of this Agreement. CONTRACTOR will schedule and coordinate SUBCONTRACTOR's performance of the Work with the work of others connected with the Work, and SUBCONTRACTOR agrees to comply strictly with such scheduling and coordination. SUBCONTRACTOR agrees that if the Work hereunder is performed under joint occupancy conditions on OWNER's premises, SUBCONTRACTOR will cooperate with OWNER, CONTRACTOR and other subcontractors on OWNER's premises so that the Work and the work of others connected with the Work will progress smoothly with a minimum of delays due to interference between various subcontractors on OWNER's premises. 10.0 SUSPENSION OF WORK CONTRACTOR may at any time, and from time to time, by written notice to SUBCONTRACTOR suspend further performance of the Work by SUBCONTRACTOR. Said notice of suspension shall specify the date of suspension and the estimated duration of the suspension. Such suspensions shall not exceed more than the consecutive calendar days each as specified in supplementary condition nor aggregate more than the calendar days as specified in supplementary condition. Upon receiving any such notice of suspension, SUBCONTRACTOR shall promptly suspend further performance of the Work to the extent specified, and during the period of such suspension shall properly care for and protect all Work in progress. CONTRACTOR may at any time withdraw the suspension of performance of the Work as to all or part of the suspended Work by written or telegraphic notice to SUBCONTRACTOR specifying the effective date and scope of withdrawal, and SUBCONTRACTOR shall resume diligent performance of the Work for which the suspension is withdrawn on the specified effective date of withdrawal. Exhibit n 6/5/2007 Page 3 11.0 TERMINATION AT CONTRACTOR'S OPTION 1 1.1 CONTRACTOR shall have the right at any time, with or without cause, to terminate further performance of the Work by written notice to SUBCONTRACTOR specifying the date of termination. On the date of such termination stated in said notice, SUBCONTRACTOR shall discontinue performance of the Work and shall preserve Work in progress and completed work, pending CONTRACTOR's instructions, and shall turn over such Work in accordance with CONTRACTOR's instructions. 11.2 If SUBCONTRACTOR has fully and completely performed all obligations under this Agreement up to the date of termination, SUBCONTRACTOR shall recover from CONTRACTOR as complete and full settlement for such termination:. (a) for Work perforated for a lump sum Contract Price under this Agreement, the actual costs of all such Work satisfactorily executed to the date of termination, plus an allowance for reasonable overhead and profit on such costs (but not to exceed the lump sum Contract Price or a pro rata portion of such Contract Price for such Work based on the proportion that such costs bear to an estimate of the total cost of such Work), or for Work to be performed under this Agreement for a reimbursable or unit price Contract Price, compensation in accordance with such Contract Price for such Work satisfactorily executed to the date of termination; plus, (b) actual cost incurred by SUBCONTRACTOR to return SUBCONTRACTOR'S field tools and equipment, if any, to his or his suppliers' premises and to turn over Work in progress and completed Work in accordance with CONTRACTOR'S instructions; plus, (c) actual cost necessarily incurred in effecting the termination; less, (d) all amounts previously paid to SUBCONTRACTOR for the Work. 11.3 All claims under any of the foregoing provisions of Section 11.2 shall be supported by documentation submitted to CONTRACTOR, satisfactorily in form and content to CONTRACTOR and verified by CONTRACTOR. In no event shall SUBCONTRACTOR be entitled to any prospective profits or any damages because of such termination. 12.0 TERMINATION FOR DEFAULT In the event SUBCONTRACTOR shall file a petition in bankruptcy, or shall make a general assignment for the benefit of its creditors, or if a petition in bankruptcy shall be filed against SUBCONTRACTOR or a receiver shall be appointed on account of its insolvency, or if SUBCONTRACTOR shall default in the performance of any express obligation to be performed by SUBCONTRACTOR under this Agreement and shall fail to correct (or if immediate correction is not possible, shall fail to commence and diligently continue action to correct) such default within ten (10) days following written notice thereof from CONTRACTOR, CONTRACTOR may, without prejudice to any other rights or remedies CONTRACTOR or OWNER may have, hold in abeyance further payments to SUBCONTRACTOR and/or terminate this Agreement by written notice to SUBCONTRACTOR specifying the date of termination. In the event of such termination by CONTRACTOR, CONTRACTOR may take possession of and finish the Work by whatever method CONTRACTOR may deem expedient. If the sum of the total cost to CONTRACTOR of completing the Work, plus all amounts previously paid to SUBCONTRACTOR for the Work, shall exceed the Contract Price for the Work, SUBCONTRACTOR shall promptly pay the difference to CONTRACTOR. A waiver by CONTRACTOR of one default of SUBCONTRACTOR shall not be considered to he a waiver of any subsequent default of SUBCONTRACTOR, nor be deemed to waive, amend, or modify any term of this Agreement. 13.0 STOP WORK ORDERS Upon failure of SUBCONTRACTOR or its subcontractors to comply with any of the requirements of this contract, CONTRACTOR shall have the authority to stop any operations of SUBCONTRACTOR or its subcontractors affected by such failure until such failure is remedied or to terminate this Agreement in accordance with Article 12.0. No part of the time lost due to any such stop orders shall be made the subject of a claim for extension of time or for increased costs or damages by SUBCONTRACTOR. 14.0 TAXES, DUTIES AND FEES Exhibit B 6/5/2007 Page 4 Except to the extent expressly provided to the contrary elsewhere in this Contract, SUBCONTRACTOR shall pay when due, and the compensation set forth, shall be inclusive of, all local, municipal, state, and federal sales and use taxes, excise taxes, taxes on personal property owned by SUBCONTRACTOR, duties and all other governmental fees and taxes or charges of whatever nature applicable to the performance of the Work and this Agreement. 15.0 CONTRACT PRICE, INVOICING AND PAYMENTS The Contract Price herein agreed to be paid by the CONTRACTOR to the SUBCONTRACTOR shall be in compensation for the performance and completion of the Work, and not as per diem compensation for the number of days which the parties may estimate as necessary for the prosecution of the Work. it is further agreed that the time or times specified herein shall not be construed to limit and restrict the obligation of SUBCONTRACTOR to such period, but SUBCONTRACTOR shall proceed with the Work during all such times as shall be necessary to perform and complete the Work, at no further expense to the CONTRACTOR than as herein stated. SUBCONTRACTOR and CONTRACTOR agree that the total price payable to SUBCONTRACTOR for the Work and for each and every matter, thing or act performed, furnished or suffered in the full and complete performance and completion of the Work of this Agreement is in accordance with the terms, conditions and provisions hereof, except changes or additions covered by Change Orders (which shall be paid for as provided below). CONTRACTOR and SUBCONTRACTOR have mutually agreed upon a progress billing schedule whereby SUBCONTRACTOR is to receive progress payments for 1) the percentage of completion it achieves in each monthly billing period for a lump sum price arrangement or 2) for the Work actually completed in each monthly billing period for a time and material or unit cost price arrangement. The progress of Work is initially determined by CONTRACTOR, subject to confirmation and approval by the OWNER in writing. The fact that CONTRACTOR makes progress payments under this Agreement shall not be construed as approval of the Work performed by SUBCONTRACTOR. On or before the fifteenth (15) day of each calendar month, SUBCONTRACTOR shall furnish to CONTRACTOR an invoice on a mutually agreed upon form in accordance with the provisions herein, (the "Progress Payment Invoices") along with its current summary schedule. SUBCONTRACTOR shall certify with each Progress Payment Invoice that the Work is progressing substantially in accordance with the summary schedule accompanying each Progress Payment Invoice. SUBCONTRACTOR'S invoices shall include the following information on the first page of each invoice: a) Project Name; b) CDM Constructors Inc.'s Project Number and; c) Contract Price. The Progress Payment Invoice shall constitute a representation by the SUBCONTRACTOR to the CONTRACTOR that the construction has progressed to the point indicated; the quality of the Work covered by the application is in accordance with this Agreement; and the SUBCONTRACTOR is entitled to payment in the amount requested. To the extent permitted by law, CONTRACTOR shall pay to SUBCONTRACTOR the amounts due to SUBCONTRACTOR as requested in each mutually agreed upon Progress Payment Invoice by the thirtieth (30th) calendar day following CONTRACTOR's receipt of payment for such Work from the OWNER; provided, however, that the amounts due to SUBCONTRACTOR shall be reduced by (if no amount is indicated the retainage shall be 10To) percent of the amount due to SUBCONTRACTOR, it being further understood and expressly agreed that receipt of payment by CONTRACTOR from OWNER shall be a condition precedent to CONTRACTOR's obligation to pay SUBCONTRACTOR under this Agreement. If CONTRACTOR receives payment from OWNER for less than the full value of materials delivered to the site but not yet incorporated into the Work, or for less than full requested value of the Work performed, then the amount due SUBCONTRACTOR on account thereof shall be proportionately reduced. All such invoices shall be submitted to CONTRACTOR in accordance with the requirements of the Prime Contract and OWNER's invoice format. CONTRACTOR shall pay SUBCONTRACTOR the balance of the Purchase Price remaining due after all prior payments hereunder within thirty (30) days after the receipt by CONTRACTOR of payment for the same from the OWNER. The making of such final payment shall not constitute a waiver, release or accord and satisfaction of any rights of CONTRACTOR under this Agreement. SUBCONTRACTOR's invoice shall include an itemized statement of charges and copies of receipts for properly reimbursable expenses included in the scope of work and shall state any prompt payment discounts. Exhibit B 6/5/2007 Page 5 SUBCONTRACTOR agrees that prices agreed upon are lawful and shall remain fixed until all material or services have been delivered and accepted unless otherwise agreed to in writing by the parties. Should SUBCONTRACTOR invoice CONTRACTOR for an amount which exceeds the agreed upon amount as specified in any applicable Change Order(s), CONTRACTOR shall deduct such additional amount and SUBCONTRACTOR agrees to accept payment based on such deduction as payment in full. CONTRACTOR may offset any amount due from SUBCONTRACTOR, whether or not any Change Order is issued to SUBCONTRACTOR, and CONTRACTOR may withhold from SUBCONTRACTOR any amount sufficient to reimburse CONTRACTOR for any loss, damage, expense, or liability for SUBCONTRACTOR's actual or alleged failure to comply with the provisions of this Agreement. 15.1 SUBCONTRACTOR shall prepare all invoices in a form satisfactory to and approved by CONTRACTOR. In the event an invoice is submitted, in accordance with Contract terms, for Work accomplished on other than a solely lump sum basis, it shall be accompanied by documentation supporting each element of measurement and/or cost. Any invoice submitted which fails to comply with the terms of this Agreement, including the requirements of form and documentation, may be returned to SUBCONTRACTOR. Any costs associated with the resubmission of a proper invoice shall be charged to SUBCONTRACTOR'S account. All overtime charges must be authorized in writing by CONTRACTOR in advance of incurring of such charges. 15.2 The Final and/or Retention Invoice shall be submitted for final payment after completion and acceptance of Work by CONTRACTOR and compliance by SUBCONTRACTOR with all terms of this Agreement. This invoice shall contain a complete itemized listing of Progress and Additional Work Invoices by number, date, gross amount, retention amount, and the total amount of sums retained and due. It shall also contain, or be supported by a written acceptance of the Work signed by CONTRACTOR and a certification and release in accordance with Article 18.0, FINAL PAYMENT CERTIFICATION AND RELEASE. Unless otherwise required by applicable law, final payment shall not be made less than forty- five (45) calendar days after completion and acceptance of all Work and in any event, shall not be sooner than thirty (30) calendar days after receipt of a proper invoice and supporting documents satisfactory to CONTRACTOR. Final payment shall not relieve SUBCONTRACTOR of any obligation under this Agreement. For the purposes of this Agreement, the Work shall be deemed to be completed when 1) CONTRACTOR approves the completed Work, and 2) care, custody and control of the completed Work in "broom clean" condition passes to and is accepted by the OWNER. 16.0 LIENS SUBCONTRACTOR agrees to defend, indemnify and hold harmless CONTRACTOR and OWNER from and against all laborers', materialmen's, and mechanics' liens arising from SUBCONTRACTOR's performance of the Work, and shall keep the premises of OWNER and CONTRACTOR free from all such claims, liens, and encumbrances. To the full extent permitted by law, SUBCONTRACTOR waives all rights of mechanic's lien against the property and premises of OWNER and CONTRACTOR. If SUBCONTRACTOR fails to release and discharge any claim of lien of others against CONTRACTOR or OWNER's property within five (5) working days after receipt of notice from CONTRACTOR to remove such claim of lien, CONTRACTOR may, at its option, discharge or release the claim of lien, or otherwise deal with the lien claimant, and SUBCONTRACTOR shall pay CONTRACTOR any and all costs and expenses of CONTRACTOR in so doing, including reasonable attorneys' fees incurred by CONTRACTOR. In the event any claim has been asserted against SUBCONTRACTOR, CONTRACTOR or its client, or any lien has been filed with respect to the work performed, further payment shall not become due until all such claims or liens have been released and/or discharged without cost or expense. to CONTRACTOR. CONTRACTOR may, in SUBCONTRACTOR's default of its obligation to do so, procure the release of any such claim or lien, and deduct all costs and expenses incurred in so doing from any money due hereunder or to use monies owed on other projects to offset costs and expenses. If final payment has been made, SUBCONTRACTOR shall reimburse CONTRACTOR for all monies paid to release any such claim or I ien. Exhibit B 6/5/2007 Page 6 SUBCONTRACTOR shall complete and submit with every invoice a Conditional Waiver and Release of Lien Rights form, Exhibit G. Invoices submitted without this completed form attached will be returned to the SUBCONTRACTOR. CONTRACTOR has the right to issue dual party checks or pay a second tier subcontractor/vendor directly. Second tier subcontractors/vendors must issue an Unconditional Release of Lien to the SUBCONTRACTOR and SUBCONTRACTOR shall include such release when requesting payment from CONTRACTOR. 17.0 DOCUMENTATION AND RIGHT OF AUDIT SUBCONTRACTOR shall maintain all records and accounts pertaining to Work performed for a period of at least two (2) years after final payment, or longer period if required by the Prime Contract. CONTRACTOR and/or OWNER shall have the right to audit, copy and inspect said records and accounts at all reasonable times during the course of such Work and for the above two-year period for the purpose of verifying costs incurred by SUBCONTRACTOR. 18.0 FINAL PAYMENT CERTIFICATION AND RELEASE CONTRACTOR shall not be obligated to make final payment to SUBCONTRACTOR until SUBCONTRACTOR has delivered to CONTRACTOR a certificate and release satisfactory to CONTRACTOR that SUBCONTRACTOR has fully performed under this Agreement and that all claims of SUBCONTRACTOR for the Work are satisfied upon the making of such final payment, that no property of OWNER or CONTRACTOR is subject to any unsatisfied lien or claim as a result of performance of the Work, that all rights of lien against CONTRACTOR and OWNER's property in connection with the Work are released (including without limitation, if CONTRACTOR requests, releases of lien satisfactory in form to CONTRACTOR executed by all parties who by reason of furnishing materials, labor or other services for the Work could attach a lien against CONTRACTOR or OWNER's property), and that SUBCONTRACTOR has paid in full all outstanding obligations against the Work. 19.0 CLAIMS SUBCONTRACTOR shall immediately notify CONTRACTOR orally of any event which SUBCONTRACTOR believes may give rise to a claim by SUBCONTRACTOR for an increase in the Contract Price or in the scheduled time for performance. Within five (5) working days after the happening of such event, SUBCONTRACTOR shall supply CONTRACTOR with a written statement supporting SUBCON'TRACTOR's claim, which statement shall include SUBCONTRACTOR's detailed estimate of the change in Contract Price or schedule. CONTRACTOR shall not be liable for, and SUBCONTRACTOR hereby waives, any claim or potential claim of SUBCONTRACTOR of which SUBCONTRACTOR knew or should have known and which was not reported by SUBCONTRACTOR in accordance with the provisions of this Article. SUBCONTRACTOR agrees to continue performance of the Work during the time any claim of SUBCONTRACTOR hereunder is pending. CONTRACTOR shall not be bound to any adjustments in the Contract Price or scheduled time for SUBCONTRACTOR's claim unless expressly agreed to by CONTRACTOR in writing through a Change Order as pro vided for in this Agreement. No claim hereunder by SUBCONTRACTOR shall be allowed if asserted after final payment under this Agreement. 20.0 INDEMNITY 20.1 SUBCONTRACTOR agrees to defend, indemnify and hold harmless CONTRACTOR and OWNER, the affiliated companies of each, and all of their directors, officers, employees, agents and representatives, from and against any claim, demand, cause of action, liability, loss or expense including, but not limited to attorneys' fees and other costs of litigation, arising from or relating to: 20.1.1 SUBCONTRACTOR's actual or asserted failure to comply with any law, ordinance, regulation, rule or order, or with this Agreement. This Section includes, but is not limited to, fines or penalties by government authorities and claims arising from SUBCONTRACTOR's actual or asserted failure to pay taxes. Exhibit B 6/5/2007 Page 7 20.1.2 Actual or asserted violation or infringement of rights in any patent, copyright, proprietary information, trade secret or other property right caused or alleged to be caused by the use or sale of goods, materials, equipment, methods, processes, designs or information, including construction methods, construction equipment and temporary construction facilities, furnished by SUBCONTRACTOR or its subcontractors in performance of the Work. Should any goods or services provided by SUBCONTRACTOR become, or appear likely to become, the subject of a claim of infringement of a patent, copyright or other property right, SUBCONTRACTOR shall, at. CONTRACTOR'S option, either procure for CONTRACTOR and OWNER the right to continue using such goods or services, replace same with equivalent, non -infringing goods or services, or modify the goods or services so that the use thereof becomes non -infringing, provided that any such modification or replacement is of equal quality and provides equal performance to the infringing goods or services. 20.1.3 Injury to or death of persons (including employees of CONTRACTOR, OWNER, SUBCONTRACTOR and SUBCONTRACTOR'S subcontractors) or from damage to or loss of property (including the property of CONTRACTOR or OWNER) arising directly or indirectly out of this Agreement or out of any acts or omissions of SUBCONTRACTOR or its subcontractors. SUBCONTRACTOR'S defense and indemnity obligations hereunder include claims and damages arising from non -delegable duties of CONTRACTOR or OWNER or arising from use by SUBCONTRACTOR of construction equipment, tools, scaffolding or facilities furnished to SUBCONTRACTOR by CONTRACTOR or OWNER. 20.1.4 Actual or alleged contamination, pollution, or public or private nuisance, arising directly or indirectly out of this Agreement or out of any acts or omissions of SUBCONTRACTOR, its subcontractors or suppliers. 20.2 SUBCONTRACTOR'S indemnity obligations shall apply regardless of whether the party to be indemnified was concurrently negligent, whether actively or passively, excepting oniy where the injury, loss or damage was caused solely by the negligence or willful misconduct of the party to be indemnified. SUBCONTRACTOR'S defense and indemnity obligations shall include the duty to reimburse any attorneys fees and expenses incurred by CONTRACTOR or OWNER for legal action to enforce SUBCONTRACTOR'S indemnity obligations. 20.3 In the event that any indemnity provisions of this Agreement are contrary to the law governing this Agreement, then the indemnity obligations applicable hereunder shall be construed to be to the fullest extent allowed by applicable law. 20.4 With respect to claims by employees of SUBCONTRACTOR or its subcontractors, the indemnity obligations created under this Agreement shall not be limited by the fact of, amount, or type of benefits or compensation payable by or for SUBCONTRACTOR, its subcontractors or suppliers under any workers' compensation, disability benefits, or other employee benefits acts or regulations, and SUBCONTRACTOR waives any limitation of liability or immunity arising from workers' compensation or such other acts or regulations. 20.5 SUBCONTRACTOR acknowledges specific payment of $100.00 incorporated into the Contract Price as legal consideration for SUBCONTRACTOR'S indemnity obligations as may be provided in this Agreement. Exhibit t3 6/5/2(107 Page 8 21.0 SUBCONTRACTS 21.1 This Agreement is personal to SUBCONTRACTOR, and SUBCONTRACTOR shall not subcontract performance of all or any portion of the Work under this Agreement without first notifying CONTRACTOR of the intended subcontracting and obtaining CONTRACTOR's approval in writing. If requested by CONTRACTOR, SUBCONTRACTOR shall furnish CONTRACTOR a copy of the proposed subcontract (with price deleted if the subcontracted work is part of fixed price Work of SUBCONTRACTOR under this Contract) for CONTTRACTOR's approval of the terms and conditions thereof and shall not execute such subcontract until CONTRACTOR has approved such terms. Failure of SUBCONTRACTOR to comply with this Section may be deemed by CONTRACTOR to be a material breach of this Agreement. 21.2 SUBCONTRACTOR guarantees that any and all subcontractors of SUBCONTRACTOR for performance of the Work will comply fully with the terms of this Agreement applicable to the portion of the Work performed by them. 22.0 INSPECTION AND ACCESS CONTRACTOR and OWNER shall at all times have access to the Work wherever it is in preparation or progress, and SUBCONTRACTOR shall provide sufficient, safe and proper facilities for such access and inspection thereof. Inspection or lack of inspection by CONTRACTOR and/or OWNER shall not be deemed to be a waiver of any of their rights under SUBCONTRACTOR's guarantees or of their right to subsequently reject defective Work. 23.0 CONDITIONS AND RISKS OF WORK SUBCONTRACTOR represents that, to the extent necessary to perform the Work, it has examined and acquainted itself with the conditions relevant to the Work, the site, and its surroundings, and SUBCONTRACTOR assumes the risk of such conditions and will fully complete the Work for the stated Contract Price. Information on the site and Local conditions at such site furnished by CONTRACTOR or OWNER is not guaranteed by CONTRACTOR or OWNER and is furnished for the convenience only of SUBCONTRACTOR. 24.0 BONDS When required by CONTRACTOR, SUBCONTRACTOR shall furnish performance and payment bonds with CONTRACTOR as obligee, each in an amount at least equal to its contract price, for the faithful performance of the Work and for the prompt payment of all SUBCONTRACTOR's obligations incurred under this Agreement. These bonds shall remain in effect for at least until one year after the date when the SUBCONTRACTOR's final payment becomes due and thereafter so long as SUBCONTRACTOR's obligations continue with respect to the Work or the SUBCONTRACTOR's warranties relating thereto. All bonds shall be issued and executed by a surety company acceptable to the CONTRACTOR, and on forms for performance bond and payment bond that are acceptable to CONTRACTOR. Bond(s) shall be attached hereto as an Exhibit. 25.0 SAFETY AND HEALTH LAWS AND REGULATIONS While on the premises of CONTRACTOR or OWNER, SUBCONTRACTOR and its employees, subcontractors and agents shall comply with the requirements of the Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended, and any State plan approved under such Act, and the regulations thereunder, to the extent applicable, and shall comply with the safety, health and plant regulations of CONTRACTOR and OWNER and shall ensure that all his employees, sub -subcontractors and agents have a safe place of work on the premises of CONTRACTOR or OWNER. 26.0 ENVIRONMENTAL COMPLIANCE Unless specifically agreed otherwise in this Agreement, SUBCONTRACTOR is not, and has no authority to act as, a handler, generator, operator, treater or storer, transporter or disposer of hazardous or toxic substances found or identified at a site, and OWNER shall undertake all such functions. SUBCONTRACTOR assumes the risk of, and shall indemnify, Exhibit F3 6/5/2007 Page 9 defend and hold harmless OWNER and CONTRACTOR from any and all claims, damage, suits, losses and expenses in any way arising from such activities. SUBCONTRACTOR represents and warrants that it will conduct all work in compliance with all applicable federal, state and local environmental statutes, ordinances and implementing regulations, including all obligations under the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and the Superfund Amendments and Reauthorization Act (SARA) governing the handling, treatment, transportation, storage, or disposal of hazardous waste, substances, samples or residue. 27.0 CONFIDENTIAL INFORMATION 27.1 SUBCONTRACTOR and its employees and agents shall hold in confidence the materials and information which is developed by SUBCONTRACTOR for OWNER or CONTRACTOR in the performance and completion of SUBCONTRACTOR's Work under this Agreement, until released in writing by CONTRACTOR, except to the extent such materials and information become part of public domain information through no fault of SUBCONTRACTOR or its employees. 27.2 SUBCONTRACTOR agrees that SUBCONTRACTOR, its employees, agents and subcontractors will hold confidential and not divulge to third parties without the written consent of CONTRACTOR any information obtained by SUBCONTRACTOR from or through CONTRACTOR or OWNER in connection with SUBCONTRACTOR's performance of this Agreement, unless (a) the information was known to SUBCONTRACTOR prior to obtaining same from CONTRACTOR or OWNER and was not obtained under a secrecy obligation to CONTRACTOR or OWNER pursuant to a prior contract; (b) the information was at the time of disclosure to SUBCONTRACTOR, or thereafter becomes, part of the public domain but not as a result of fault or an unauthorized disclosure of SUBCONTRACTOR or its employees, agents or Subcontractor :s; (c) the information was obtained by SUBCONTRACTOR from a third party who did not receive the same, directly or indirectly, from CONTRACTOR or OWNER and who had, to SUBCONTRACTOR'S knowledge and belief, the right to disclose the same; or (d) required by law. 28.0 INDEPENDENT SUBCONTRACTOR Nothing in this Agreement shall be deemed to constitute SUBCONTRACTOR or any of SUBCONTRACTOR's employees or agents to be the agent, representative or employee of CONTRACTOR or OWNER. SUBCONTRACTOR shall be an independent SUBCONTRACTOR and shall have responsibility for and control over the details and means for performing the Work and shall be subject to the directions of CONTRACTOR only with respect to the scope and general results required. 29.0 EMPLOYMENT PRACTICES 29.1 SUBCONTRACTOR certifies that it has an affirmative action policy ensuring equal employment opportunity without regard to race, color, national origin, sex, age, religion or handicap, that it maintains no employee facilities segregated on the basis of race, color, religion or national origin and that it is not debarred or suspended from being awarded federal or federally assisted contracts. 29.2 If applicable to this Agreement, the. following laws, orders and regulations, as amended, are hereby incorporated by reference: Executive Order 11246; Vietnam Era Veterans Readjustment Act; Rehabilitation Act of 1973; Veterans Compensation, Education and Employment Act; 41 CFR 60-1.4 (Equal Employment Opportunity); 41 CFR 60-250.4 (Veterans Affirmative Action); 41 CFR 60- 741.4 (Handicap Affirmative Action); 41 CFR 601.40 (Affirmative Action Plans); 41 CFR 601.7 (EE01 Reports); 41 CFR 61650 (Veterans Employment Reports). 29.3 Upon request of CONTRACTOR, SUBCONTRACTOR will furnish it with a certificate satisfactory in form to CONTRACTOR that goods furnished by SUBCONTRACTOR in performance of this Page 10 Exhibit B 6/5/2007 Agreement were produced in full compliance with the requirements of Sections 6, 7, and 12 of the hair Labor Standards Act of 1938, as amended, and the regulations and orders of the U.S. Department of Labor issued under Section 14 thereof. 30.0 ASSIGNMENT SUBCONTRACTOR shall not assign this Agreement wholly or in part, voluntarily, by operation of law, or otherwise without first obtaining the written consent of CONTRACTOR. Any assigntnent of this Agreement in violation of the foregoing shall be, at the option of CONTRACTOR, void. Subject to the foregoing, the provisions of this Agreement shall extend to the benefit of and be binding upon the successors and assigns of the parties hereto. CONTRACTOR reserves the right at its sole option to assign this Agreement to OWNER, OWNER's affiliates, or to CONTRACTOR affiliates. 31.0 CLEANUP Where performance of the Work hereunder requires SUBCONTRACTOR's presence on CONTRACTOR or OWNER's premises and the vicinity thereof clean of any debris and rubbish caused by its Work and, on completion of its Work, shall leave such premises broom clean and ready for use. 32.0 PUBLICITY SUBCONTRACTOR shall not grant any interview or make any written or oral statement to any news media representative regarding the Project or the Work nor publish any article or make any presentation concerning the Project or the Work without the prior written consent of the CONTRACTOR. 33.0 COMMUNICATIONS All communications pursuant to or in connection with this Agreement shall be marked with CONTRACTOR's Subcontract Number and shall be made in accordance with the provisions as specified in specific scopes of work. 34.0 LAWS, REGULATIONS AND CDM Smith Inc.'s (CDM Smith) CODE OF ETHICS 34.1 SUBCONTRACTOR shall not under any circumstances apply to or enter into negotiations with any governmental authority or agency for acceptance of variations from or revisions to safety or health, or air, water or noise pollution, laws or regulations relating to this Agreement or to the performance thereof, without CONTRACTOR and OWNER's prior written approval. 34.2 This Agreement shall be subject to the law and jurisdiction of the Prime Contract. 34.3 SUBCONTRACTOR shall be subject to and comply with the requirements of CDM Smith's Code of Ethics, which is hereby incorporated into this Agreement, and which is available to SUBCONTRACTOR on CDM Smith's web site at: cdmsmith.com 35.0 ARBITRATION OPTION In the event that CONTRACTOR is required to arbitrate a dispute with a third party, which dispute arises out of or is directly related to this Agreement, SUBCONTRACTOR agrees to join in such arbitration proceeding as CONTRACTOR may direct and shall submit to such jurisdiction and be finally bound by the judgment rendered in accordance with the arbitration rules as may be established therein. 36.0 VALIDITY OF PROVISIONS In the event any section, or any part or portion of any section of this Agreement shall be held to be invalid, void or otherwise unenforceable, such holding shall not affect the remaining part or portions of that section, or any other section Exhibit B 6/5/2007 Page I 1 hereof. 37.0 WAIVER CONTRACTOR's failure to insist on performance of any term, condition, or instruction, or to exercise any right or privilege included in this Agreement, or its waiver of any breach, shall not thereafter waive any such term, condition, instruction, and/or any right or privilege. 38.0 SURVIVAL The provisions of this Agreement which by their nature are intended to survive the termination, cancellation, completion or expiration of this Agreement shall continue as valid and enforceable obligations of the parties notwithstanding any such termination, cancellation, completion or expiration. 39.0 DISPUTES 39.1 In case of any disputes between the SUBCONTRACTOR and the CONTRACTOR, SUBCONTRACTOR agrees to be bound to CONTRACTOR to the same extent that CONTRACTOR is bound to OWNER both by the terms of the Prime Contract and by any and all decisions or determinations made thereunder by the party or board as authorized in the Prime Contract. It is agreed that in the event the Prime Contract contains a provision, hereinafter called "Disputes" clause, whereby claims may be resolved under an administrative procedure or by arbitration, then as to any claims of SUBCONTRACTOR for or on account of acts or omissions of the OWNER or OWNER's Representative which are not disposed of by agreement, the CONTRACTOR agrees to present to the OWNER, in CONTRACTOR's name, all of SUBCONTRACTTOR's claims for additional monetary compensation or time extension which have been properly made to CONTRACTOR; and to further invoke, on behalf of the SUBCONTRACTOR, those provisions in the Prime Contract for determining disputes. CONTRACTOR shall have the option to present such claims on SUBCONTRACTOR's behalf, in advance of and even without SUBCONTRACTTOR's written request. SUBCONTRACTOR shall have full responsibility for preparation and presentation of such claims and shall bear all expenses thereof, including attorneys' fees. SUBCONTRACTOR agrees to be bound by the procedure and final determinations as specified in any such Disputes clause, and agrees that it will not take, or will suspend, any other action or actions with respect to any such claims and will pursue no independent litigation with respect thereto, pending final determination under such Disputes clause. SUBCONTRACTOR shall not be entitled to receive any greater amount from CONTRACTOR than CONTRACTOR is entitled to and actually does receive from the OWNER on account of SUBCONTRACTOR's Work, less any markups or costs incurred by the CONTRACTOR and to which CONTRACTOR is otherwise entitled, and SUBCONTRACTOR agrees that it will accept such amount, if any, received by CONTRACTOR from OWNER as full satisfaction and discharge of all claims for or on account of acts or omissions of the OWNER or OWNER's Representative. 39.2 SUBCONTRACTOR shall be bound by CONTRACTOR's determination, made in good faith, as to apportionment of any amounts received from OWNER for claimants including CONTRACTOR and other subcontractors, whose work is affected by any act or omission of the OWNER or OWNER's Representative. 39.3 In the event of any dispute between the parties arising out of or in connection with the contract or the services or work contemplated herein; the parties agree to first make a good faith effort to resolve the dispute informally. Negotiations shall take place between the designated principals of each party. If the parties are unable to resolve the dispute through negotiation within 45 days, then either party may give written notice within 10 days thereafter that it elects to proceed with non -binding mediation pursuant to the commercial mediation rules of the American Arbitration Association. In the event that mediation is not invoked by the parties or that the mediation is unsuccessful in resolving the dispute, then either party may submit the controversy to a court of competent jurisdiction. The foregoing is a condition Exhibit B 6/5/2007 Page 12 precedent to the filing of any action other than an action for injunctive relief or if a Statute of Limitations may expire. Each party shall be responsible for its own costs and expenses including attorneys' fees and court costs incurred in the course of any dispute, mediation, or legal proceeding. The fees of the mediator and any filing fees shall be shared equally by the parties. 40.0 FORCE MAJEURE Neither Party shall be liable for or deemed in breach hereof because of any delay in the performance of its obligations to the extent caused by circumstances beyond its control and that could not have been prevented by the exercise of due diligence, including but not limited to fires, natural disasters, riots, wais, labor strikes, catastrophic weather conditions, or acts of God. SUBCONTRACTOR will immediately notify CONTRACTOR orally of any such event and shall confirm same in writing within five (5) days after the beginning of any such event which would affect its performance. Unless otherwise agreed to by CONTRACTOR in writing, SUBCONTRACTOR's failure to so notify CONTRACTOR shall preclude SUBCONTRACTOR from asserting any claim for additional compensation or an extension in the time for performance. 41.0 MISCELLANEOUS The Parties acknowledge and agree that terms and conditions of this Agreement have been freely and fairly negotiated. Each Party acknowledges that in executing this Agreement they have relied solely on their own judgment, belief and knowledge and such advice as they may have received from their own counsel. No provision in this Agreement is to be interpreted for or against any Party because that Party or its legal counsel drafted such provision. This Agreement is intended by the Parties as the final, complete and exclusive expression of the terms and conditions of their agreement. No prior dealings between the Parties and no usage of the trade shall be relevant to supplement this Agreement, and this Agreement shall supersede all other written and/or oral agreements between CONTRACTOR and SUBCONTRACTOR. Unless otherwise agreed to in writing by CONTRACTOR, any terns or qualifications contained in any documentation generated by SUBCONTRACTOR in connection with this Agreement that are inconsistent with the terms hereof are hereby rejected, and shall be void and of no effect. Exhibit B 6/5/2007 Page 13 001113-1 INVITATION TO BIDDERS Page 1 of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Village Creek WRF Deep Filters 1-20 Modifications, City Project No. 01628, 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 23, 2012, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 1. Modifications to the existing Filters No. 1-20 which includes, new underdrain system, wash water troughs and media replacement. 2. Removal and replacement of forty (40) existing filter influent channel inlet and waste valves. 3. Removal and replacement of the existing filter effluent butterfly valves, gate valves, venturi meters and miscellaneous appurtenances located within the existing Filter Pipe Gallery. 4. Modifications to the existing air scour system; new items include blowers, air piping and associated filter air distribution system. 5. Removal and replacement of two (2) filter backwash vertical turbine pumps and associated valves and piping. 6. Removal and replacement of three (3) filter waste wash water vertical turbine pumps and associated valves and piping. 7. Miscellaneous structural modifications to the existing Filters No. 1-20, 8. Miscellaneous chlorine solution line piping modifications. 9. Modifications to the existing Filter Control Building No.1. 10. New Filter Control Building No. 2 and associated electrical. 11. New Motor Control Center Building and associated electrical. 12. Modifications to existing Plant Sewer Meter Vault No. 3. 13. Improvements to the existing filter electrical and instrumentation. 14. Miscellaneous HMAC road repair and replacement. 15. Removal and replacement of four (4) service water vertical turbine pumps as an alternate bid item. PREQUALIFICATION The improvements included in this project must be performed by a contractor who has been specifically pre -qualified for this project prior to submitting a bid. The procedures for qualification and project specific pre -qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthgov.org/purchasing/ 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 001113-2 INVITATION TO BIDDERS Page 2 of 2 Copies of the Bidding and Contract Documents may be purchased from: Freese and Nichols, Inc. 4055 International Plaza Ste. 200 Fort Worth, Texas 76109 Attn: Holly Lyon Phone Number: 817-735-7597 E-Mail Address: Holly.Lyon L,freese.com The cost of Bidding and Contract Documents is: Set of full-size Plans and Specifications: $150.00 Set of half-size Plans and Specifications: $150.00 PREBID CONFERENCE A non -mandatory prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: Thursday, August 2, 2012 TIME: 10:00 A.M. PLACE: Village Creek Reclamation Facility 4500 Wilma Lane Fort Worth, Texas 76012-5409 LOCATION: Village Creek Training Room CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Farida S. Goderya, Ph.D., P.E., City of Fort Worth Email: Farida.Goderya@fortworthgov.org Phone: 817-392-8214 AND/OR Attn: David R. Jackson, P.E., BCEE, Freese and Nichols, Inc. Email: dri , &eese.com Phone: 214-217-2257 ADVERTISEMENT DATES July 12, 2012 July 19, 2012 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, fun, 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 for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents 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 ) 3.1. All Bidders are required to be prequalified for the work types requiring prequalification at the thne of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. The General Contractor shall be required to be project specific pre -qualified 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within fourteen (14) 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Paget of 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for relevant experience may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data " 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 21 13 -3 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS I-20 MODS. CITY PROJECT NO. 01628 00 21 13 -4 INSTRUCTIONS TO BIDDERS Page 4 of 9 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Docutents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require pennits and/or easements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City (or its authorized Engineer) 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: Attn: David R. Jackson, P.E., BCEE, Freese and Nichols, Inc. Email: dlj(a,freese.com Phone: 214-217-2257 City of Fort Worth 1000 Throcklnorton Street Fort Worth, TX 76102 Attn: Farida S. Goderya, Ph.D., P.E., Water Department Fax: 817-392-2585 Email: Farida.Goderya@fortworthgov.org Phone: 817-392-8214 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at: fortworthgov\Water Facility Projects \01628 — VC WWTP Deep Bed Media Filters Rehabilitation\Contract Documents and Specifications\Addenda 6.4. A non -mandatory prebid conference will 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 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 Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Fonn. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others In accordance with City Ordinance No. 15530 (as amended), the City has goals for the participation of minority business and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE/WBE Utilization Form, Subcontractor/Supplier Utilization Fonn, Prime Contractor Waiver Form and/or Good Faith Effort Form (with "documentation) 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. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Fonn is included with the Bidding Documents; additional copies may be obtained from the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 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 shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO.01628 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 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 returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive 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 party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 17.2. 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. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. The City reserves the right to evaluate and award based on base bid only or base bid plus Alternate A-1. 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. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 17.9. The City reserves the right to choose any combination of base bid and alternates. 17.10. The Contractor provide a minimum two (2) year warranty for the entire project. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 3 SECTION 00 3513 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit 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. http://www.ethics.state.tx.usiforms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf a El 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: Pepper -Lawson Construction, LP By: Jason Lawson Company (Ple < se Prin 4555 Katy Hockley Cut -Off Road Signature: Address Katy, Texas 77493 Title: Mana:et City/State/Zip (Please Print) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 003513-2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 3 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the taw by H.B. 1491, Bosh Leg., Regular session. This questionnaire is being filed in accordance with Chapter 175, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the recordsadministrator of the Iccal governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 170.006,, Local Government Code. A person commits an offense if the person knowingly violates Section 176.000, Local Government Code. An offense under this section is a Class G misdemeanor. OFFICE USE ONLY cafe Recetred J Name of person who has a business relationship with local governmental entity_ Not Applicable J filing authority not inwmplete or inaccurate_) Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate later than the 7th business day after the date the originally led questionnaire becomes s Name of local government officer with whom filer has employment or business relationship_ wlh whom the filer has an Code. Attach additional other than investment income. from or at the not received from the focal respect to Which the local in this section. Name of Officer This section {item 3 including subparts A. B, C & D) must be completed for each officer employment or other business relationship as defined by Section 178.001{1-a), Local Government pages to this Form CIO as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable .income, income, from the filer of the questionnaire? Yes X No B. Is the filer of the questionnaire receiving or likely to receve taxable income. other than investment direction of the tonal government officer named in this section AND the taxable income is governmental entity? Yes X No C. Is the filer of this questionnaire employed by a corporation or other business entity with government eicer serves as an officer ar director, or holds an ownership of 10 percent or more? Yes X No D. Describe each employment or business relationship with the local government officer named u /-q/z412012- SInatu rpenal ng duenessv1li1 the governmental entity pa% CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Adopted 05129f2007 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid Total Bid 7. Bid Submittal (5( 5 ?j,t'xo %4'S( OOC10 kJ%anc,0:)0 This Bid is submitted on August 23, 2012 by the entity named below. Respectfully submit d, By: (Signature) Jason Lawson (Printed Name) Title: Manager Company: Pepper -Lawson Construction, LP Address:4555 Katy Hockley Cut -Off Rd Katy, Texas 77493 State of Incorporation: TEXAS Email: jlawson@pepperlawson.com Phone: (281) 371-3100 END OF SECTION CITY OF FORT WORTLI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Revised 201 10627 00 41 00 BID FORM Page 3 of 3 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: JL JL- Addendum No. 2: JL Addendum No. 3: JL :.:it - Addendum No. 4: JL i/ Addendum No. 5: JL -5 U Addendum No. 6: JL �L Corporate Seal: VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: Units/Sections: 1. Enter Into Agreement 1628 SECTION 00 41 00 BID FORM Village Creek WRF Deep Filters 1-20 Modifications 00 41 00 BID FORM Page 1 of 3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the fonn included in the Bidding Documents to perfonn and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the teens and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means hanning or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Revised 20110627 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 00 41 00 BID FORM Page 2 of 3 3. Prequalification A project specific prequalification is required on this project regardless of whether the Contractor has participated in the annual prequalification process for City of Fort Worth projects. Reference Section 00 45 11 PREQUALIFICATION for requirements. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 730 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated datnages 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 Fonn b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form Section d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. M\VBE Fonns (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 6.3. Evaluation of Alternate Bid Items Total Base Bid Alternate Bid Total Bid 7. Bid Submittal This Bid is submitted on August 23, 2012 by the entity named below. Respectfully sub By: (Signature) Jason Lawson (Printed Name) Title: Manager Company: Pepper -Lawson Construction, LP Address:4555 Katy liockley Cut -Off Rd Katy, Texas 77493 State of Incorporation: TEXAS Email: jlawson@pepperlawson.com Phone: (281) 371-3100 CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fonn Revised 20110627 15( 333,ocot /,4 ooti60 zr� , aces, aOa`= END OF SECTION 00 41 00 BID FORM Page 3 of 3 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: JL ,I. Addendum No. 2: JL .51-- Addendum No. 3: JL SG AddendumNo.4: JL 'fti Addendum No. 5: JL 3 L Addendum No. 6: JL Corporate Seal: VILLAGE CREEK NRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 UNIT PRICE BID Bidlisl Item SECTION 00 42 43 PROPOSAL FORM Project Item Information Description Bid for the Filters 1-20 Modifications, construction, equipment and operational completion of work as shown in the contract documents rot including B'd Items ^2\f_orh Limp suns r t e lumy- o ftG('s dollars` and to(l. cents. `m1 f L II.QE>Theic,JRrC.... Bid for the development, design and implementation of a Trench Safety System as required by the Occupational Safety and health 2 Administration and for said system, for the unit price per linear foot of: -(-_ Yl dollars andl Ye) cents. Bid for all costs associated with the Furnishing and Installation of Undcrdmins in 20 Filters utilizing a Monolithic Grout Pour or Standard Installation Method as described in Contract Documents; including Undcrdrain Blocks, Mounting Hardware and Fasteners, Stainless Steel Air Header and Drop Piping, Grout, Labor, Testing and Manufacturer's Representation, forthelump sum of: �1t'Uf0 I �S ,Y\trt et- .J0104,10 llars 4 and Ve rU . cents. Bid for all costs associated with the Furnishing and Installation of Filter Media in 20 Filters as described in the Contract Documents; including Support Gravel, Sand, Anthracite, Labor, Testing, and Manufactuecrs Representation, for the lamp sum of, -�IItyF`�ss'sls 1 f ` 11 et dollars Unit of Bid Measure Quantity (1t 5 tun CC and/-P fQ carts. Uµf I vrAr'tti E. te4 Bid for all costs associated with the Filler Pipe Gallery Modifications, including, but not limited to, 24-Inch Butterfly Valves, 24-I ch Venturi Meter, Sum, 86-Inch Butterfly Valves, Air Vent Valves, p 5 rumps and Miscellaneous Mechanical Equipment as shown in the contract documents, for the lump sun of: "�n3NCXfAu Q f�Y jr_I lior1 fWe a�, Kd dollar and te_ ( cents.' _... _. Bid for the Electrical and Instrumentation Improvements associated with the Deep Filters 1-20 \lodi B<ations as shown in the contract 6 d. uments, for the lump sent gL. II I r 44 IX3 el -1 i-I Je, f7`t'✓M�6G A. dollars nd _cents. Bid for Pipe Gallery Pressure Injection of Cracks in the Interior `,Pall for the unit ortge perlin ar foot of: dollar _ hS f _. and 2A1l gents. 8 HC Bid for Pipe Gallery. Interior Removal of DclaminnlcdSPalled Grout, preparation and installation of Grout Rub, for the unit pri r cubic foot ofly , y� I 'f00114u,(rd fLC dollllors and ZR it? cents. ' __....... Bid for the Influent Channel, Pipe Gallery, Effluent Channel, cation Backwash Pump Station and Waste Wash Water Channel, preps and application of Concrete Repair Mortar, for the unit price per cubic foot of: �f-r4 1-1sM, frft A I Sejer r i-i \vedollars and Q_ ems. Bid for the IIMAC Roadway Improvements as shown in the contract dodBpeps,for tref. square yard a -- dollars and-2 -e. 0 cents. CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fore Revised 20110627 Bidder's Application Bidders Proposal Unit Price 00 42 41 BID PROPOSAL Page I of 2 Bid Value VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 SECTION OD 42 43 PROPOSAI. FORM UNIT PRICE BID Bidder's Application 00 42 43 BID PROPOSAL Page 2 of 2 Project Item Information Bidders Proposal Uidlist Item i I 12 Description Bid for owner-scleeted electric motor actuators for valves and gates as described in Appendix A for the lump sum of Fight I lundred and Unit of Measure L.S. L.S. Bid Quantity 1 1 Unit Price _ $581,925.00 51,091,092.00 Bid Value _..... _.. SSSI,928.00 51,091,092.00 Eighty One Thousand and Nine Hundred and Twenty Eight dollars and Zero cents. Bid for the Work, Furnishing of Equipment and Programming to be performed by CD\I Smith to modify the SCADA system as described in Appendix B, for the lump sum of:One Million and Ninety One Thousand and Ninety Two dollars and Lan cents. Total Base Bid ,, ^\ 15, �a3 t eTTN(., 'Bidders to Insert Trench Safety Bid Quantity planned, minimum 00 LF. Alternate Bid Furnish and Install Four (4) Service Water Pumps e Total Alternate Bid c o Total Bid 16, a(A",DObnc CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 aP VILLAGE CREEK \VRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO.01628 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY TIIESE PRESENTS: That we, (Bidder Name) 0 hereinafter called the Principal, and (Surety Name) a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the and No/100 Dollars sum of ($ .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. identified as WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, Village Creek WRF Deep Filters 1-20 Modifications 0 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution o. the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid SIGNED this By: 0 day of , 2012. (Signature and Title of Principal) *By: 0 (Signature of Attomey-of-Fact) *Attach Power of Attorney (Surety) for Attorney -in -Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pomp Revised 20110627 VILLAGE CREEK WRY DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 0162S 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders trust check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Inw. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: Company: Pepper -Lawson Construction, LP 0 By: 0 Address: 0 4555 Katy Hockley Cut -Off Rd 0 Katy, Texas 77493. 0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 ason awson / Signature) END OF SECTION itle: o Manager Date: August 23, 2012 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 5 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All Contract° 'tins bids. To be-eligi r tract r or subcontract r wh is 1. Summary. This project requires a one-time project specific prequalification for the General Contractor, regardless of whether the contractor has previously participated in the annual prequalification process for City of Fort Worth projects. To be eligible to bid, the General Contractor must submit section 00 45-32-and 00 45 13 along with the applicable information required in item 3. Project specific Prequalification Requirements of this specification. Project specific prequalification is not required for subcontractors on this project. The annual prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted fourteen (14) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 24th day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The frrn's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.usltaxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. [Clarification: Item 2 deals with annual prequalification which is not a pre -requisite for this project. General Contractors shall fulfill the requirements of Item 3, Project Specific 2 Prequalification requirements in order to be eligible to bid.] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 n VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 5 a accordance with the following: (1) be -submitted for consideration. (2) To bo satisfactory, the financial statements must be audited or -reviewed by an indcpend (7) (8) accounting firms performing -audits r reviews on business entities nithin the State of Texas be properly lice ed-e n, or limited liability company. Financial Statements must be presented in U.S. d of exchange of the Balance Sheet date. dent: dit or review has been conducted in e-United States of America. This must b^stated i„ the b aceo„„t:„„ ..„ f.pinion It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the otatom .. .!... 1. l The City reserves the right to require a new. statement at any time. h 1. (9) The City will d et .orlon,. capital pocitio„ .. in be considered satisfactory for c updated with proper verification. „ Y Appli�bee submitted-a1eng-with-audited-erevieweel-firraneial-statements-by-firvishing4e-be Applications will be rejected. (1) "None" or "N/A" should be inserted. (2) A minimum of five (5) references of related work must be pro ided. (3) the control of the Contract r and which is related to the type of work for CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS, CITY PROJECT NO. 01628 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 5 3. Project Specific Pre -Qualification Requirements a. All contractors submitting bids are required to be meet the Fort Worth Water Department special pre -qualification requirements for this project prior to submitting bids. Previous prequalification by the Fort Worth Water Department will not be considered as meeting this requirement. This one-time special project -specific process will prequalify potential bidders whose bids will be considered for award based upon technical evaluation, historical schedule compliance evaluation, evaluation of proposed manager and project superintendent: It is the bidder's responsibility to submit documentation for those items listed below, to the Director of the Water Department or his designated representative, at least fourteen (14) calendar days prior to the date of bid opening. The Water Depai intent may request any other documents it may deem necessary. Any additional documents so requested shall be submitted to the Director of the Water Department or his designated representative at least seven (7) calendar days prior to the date of the opening bids. (1) COVER LETTER. The cover letter provided by the prospective bidder with the prequalification information must include the name of a contact individual that the City may contact for additional information if needed. (2) FINANCIAL STATEMENT. The financial statement required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. EXPERIENCE RECORD. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. Experience must be on projects that were completed no more than 5 years prior to the date on which bids will be received. A minimum of three references must be included. References must include a contact person name, telephone number, project name and total cost, and type of work done. (4) EQUIPMENT SCHEDULE. The prospective bidder shall list the equipment that the Contractor has available for the project and list the equipment that Contractor will rent as may be required to complete the project on which the Contractor submits a bid. (3) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO.01628 004511-4 BIDDERS PREQUALIFICATIONS Page 4 of 5 (5) PERSONNEL AND SCHEDULE COMPLIANCE RECORD. The prospective bidder shall submit the names and resumes for the proposed project manager and project superintendent. This information shall include a list of all projects that the proposed project manager and project superintendent completed within the last five (5) years to demonstrate ability to coordinate complex plant rehabilitation work and to perform work while maintaining critical shutdown schedules, regardless of by whom they were employed. Provide list of contact persons for all projects (preferably field inspectors or resident engineers) with names and phone numbers for the last five years' project. (6) AFFADAVIT FROM SURETY COMPANY: The prospective bidder shall provide an affadavit from its surety company stating the surety company's intent to bond the project at the bid price. In the event the Bidder on this contract is a Joint Venture, financial statements from each joint venturer shall be submitted for prequalification, as well as the experience record and list of equipment of each joint venturer. The financial statements required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid license issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the each joint venturer. The statements must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. It is not required that each joint venturer shall have the necessary experience and equipment, rather that combined, the joint venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review. The Water Department will review each pre -qualification submittal. The following conditions will apply: a) The Director of the Water Department shall be the sole judge as to the acceptability for financial, experience and other qualifications to bid on any Fort Worth Water Department project. b) The City, in its sole discretion, may reject a bid for failure to demonstrate acceptable performance, experience and/or expertise. c) Any proposals submitted by a non pre -qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. d) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall be a wavier of any necessary pre -qualifications. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004511-5 BIDDERS PREQUALIFICATIONS Page 5 of 5 For additional information contact Ms. Farida Goderya, Ph.D, P.E., Fort Worth Water Department at (817) 392-8214 (FAX 817-392-2585). Pre -qualification submittal should be sent to: Ms. Farida Goderya, PhD, P.E. Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102-6212 4. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004513-1 BIDDER PREQUALIFICATION APPLICATION Page l of 10 FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Mark only one: EDIndividual QLlmlted Partnership Q General Partnership Q Corporation QLimited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax E-mail Address Area Code Number Area Code Number Texas Taxpayer Identification No. Federal Employers Identification No. DUNS 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" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004513-2 BIDDER PREQUALIF1CATION APPLICATION Page 2 of 10 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm. (Check the block(s) which are applicable - Block 3 is to be left blank if Block 1 and/or Block 2 is checked) has fewer than 100 employees and/or I!has less than $6,000,000.00 in annual gross receipts OR does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 10 e GON Sesser CIPP, 12 inches and smaller Se....... nrou n n Sizes Sewer Collection System, Development, 8 inches and smaller Sewer C llecti n Sy..tem, Urban/Renewal, 8 inches and smaller Sewer Collection System, Development, 12 inches and smaller Sewer Collection System, UrbaS Rcncwal, 12 inches and smaller Sewer Interceptors, Scwcr Interceptors, Sewer Interceptors, Sewer Interceptors, Sewer Interceptors, Sewer Intercept rs, Development, 21 inchcs and smaller Urban/Renewal, 21 inches and smaller Development, 12 inchcs and smaller Urban/Renewal, 42 inches and smaller Development, 18 inches and smaller Urban/Renewal, 18 inches and smaller Sewer Pipe Enlargement 12 inches and smaller Sewer Pipe Enlargement 21 inches and smaller Sewer CI ening , 21 inches and smaller Scwcr Cleaning , 12 inches and smaller Sewer Cleaning , All Sizes Sewer CI aning, 8 inches and smaller Sewer-Gleaningr1-2-inehes-and-stnaller Sewer Siphons 12 inches or less Scwcr Siphons 21 inches r less Scwcr Siphons 42 inches or less Water/Wastewater Tr atment, Filter Modifications Asphalt Paving Construction/Reconstruction (10,000 square yards and GREATER) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 10,000 square yards) C ncretc Paving C nstructi n/Rcc nstructi n (10,000 square yards and GREATER) Roadway and Pedestrian Lightin_ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 45 13 -4 -BIDDER PREQUALIFICATION APPLICATION Page 4 of 10 DESCRIPTION OF EQUIPMENT 2. How many y ars has your organization been in bushier., as a general contractor under your present business name? List previous business names 3. H organization had: (a) As a General Contractor: (b) As a Sub Contractor? y 4. *What pr jccts has your organizati n completed in Texas and elsewhere? CONTRACT AMOUNT CLASS or WORK DATE COMPLETED LOCATION CITY COUNTY STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO 3,1440M YOU RECUR * If requalifying only show work performed since last statement. If so, where and why? complete a contract? If so, state the name of individual, ther organization and r ason. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY I, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 10 7 'is any officer or owncr of your organization ever failed to complete a contract executed in his/her namc? If so, state attic of individual, name of owner and reason. O T ti h ii fb ,. financiallyi tcrested? 9. Have you ever performed any work for the City? If so, when and to whom d you refer? 10. Give names and detailed addresses of all pr ducers from whom you have purchased principal materials during the last three year-03? NAME OF FIRM OR COMPANY 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OOFFI E YEARS OF CONSTRUCTION EXPERIENCE MAGNITUDE AND TYPE OF WORK IIN WHAT CAPACITY CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004513-6 BIDDER PREQUALWICATION APPLICATION Page 6 of 10 7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, stab. the name of individual, name of owner and reason. 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. Give names and detailed addresses of all producers from whom you have purchased principal materials during the last three years? NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF CONSTRUCTION EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 45 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 10 £f any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK If a corporation: State of Incorporation PARTNERSHIP BLOCK If a partnership: State of organization Date of Incorporation Date of organization Charter/File No. Is partnership general, limited, or registered limited liability partnership? President Vice Presidents File No. (if Limited Partnership) General Partners/Officers: Limited Partners (if applicable): Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If an LLC: State of Incorporation: Individuals authorized to sign for partnership: Date of Organization: File No. Officers or Managers (with titles, if any): Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm ss otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of :orporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 10 14. Equ'pment $ I TOTAL ITEM ITEM DESCRIPTION BALANCE SHEET VALUE QUANTITY 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 Various - TOTAL Similar ypes of equipment may be lumped together. If your fiiui has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004513-9 BIDDER PREQUALIFICATION APPLICATION Page 9 of 10 ovide the Name of the Intended Project Manager and Superintendent for this Construction Project. NAME PRESENT POSITION OR OFFICE YEARS OF CONSTRUCTION EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 45 13 - 10 BIDDER PREQUALIFICATION APPLICATION Page 10 of 10 kTE OF COUNTY OF BIDDER PREQUALIFICATION AFFIDAVIT The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the subniitter a contract; and that the accountant who prepared the balance sheet accompanying this report as wall as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing stsatement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firer Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REVISED JULY 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 004526-I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01628. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Pepper -Lawson Construction, LP Company 4555 Katy Hockley Cut -Off Road Address Katy Texas 77493 City/State/Zip By: Jason Lawson Signature: Title: Manah Please Print) THE STATE OF TEXAS § COUNTY OF Harris § BEFORE ME, the undersigned authority, on this day personally appeared Jason Lawson , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Manager for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 26th day of September , 2012 . BAR kDUn PaIC,, STATE OF TEXAS try xSJCSSp;ID.PisS iFssY27,, KO Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July t, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO.01628 00 45 39 - 1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page I of 1 SECTION 00 45 39 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOAL The City's M/WBE goal on this project is 12% of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non -responsive. Any questions, please contact the M/WBE Office at (817) 212-2674. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the erhall liver dhe appropripollow£^inhOfftunes allocateddem ordhfMoi theeEiroecubmnabteocnonusdpeodnepnsiveto theaspecmifionnteor s obtam a datethMei,rec i1oateii 1. Subcontractor Utilization Form, if goal is met or exceeded: received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated goal: received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE participation: received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm will perform all subcontracting/supplier work: received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilizing a joint venture to meet or exceed goal. received by 5:00 p.m., five (5) working days after the bid opening date, exclusive of the bid opening date. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 005243-1 Agreement Page 1 of 5 SECTION 00 52 43 AGREEMENT AGREEMENT THIS AGREEMENT, is made by and between The City of Fort Worth, a home rule municipal corporation in the State of Texas, acting by and through its City Manager, hereinafter called City, and Pepper -Lawson Construction, a LP, authorized to do business in Texas, acting by and through its duly authorized representative, hereinafter called Contractor. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article I. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Village Creek WRF Deep Filters 1-20 Modifications City Project No. 01628 Article 3. CONTRACT TIME 3.1 Time is of the essence. All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 3.2 Final Acceptance. The Work will be complete for Final Acceptance within 730 days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 3.3 Liquidated damages Contractor recognizes that time is of the essence of this Agreement and that City will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One -Thousand Dollars and Zero Cents ($1,000.00) for each day that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 52 43 - 2 Agreement Page 2 of 5 Article 4. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of Sixteen Million Two Hundred Sixty Eight Thousand Dollars and Zero Cents ($16,268,000.00) Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Exhibits to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non Resident Bidder 3) Prequalification Statement 4) State and Federal documents b. Current Prevailing Wage Rate Table c. Insurance Accord Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications as included in the Project Manual. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 005243-3 Agreement Page 3 of 5 Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the -Meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable i Texas. Venue shall be Tarrant County, Texas, or the United States District Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 20I1 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 52 43 - 4 Agreement Page 4 of 5 7.6 Other Provisions. The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified, promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 7.7 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized signatory of the Contractor. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have signed this Agreement in multiple counterparts. At least one counterpart each has been delivered to City and Contractor. This Agreement will be effective on DCtnb _ �7 , 20 (which is the Effective Date of the Agreement). Contractor: Pe. •er-Lar. son Construction, LP B : City of Fort Worth By: ( gnature) M&C Assistant City Manager airof° ? ab # a Ora o Jason wson Dateo Jyk� (Printed Name) d Title: Manager Address:4555 Katy Hockley Cut -Off Rd. (Seal) City/State/Zip: Katy, Texas 77493 0 Attest: moo OooVs Ci e e ry Q414 41.41CAS 4t1p.�o'o� h1 -C C zS887 Approved as to Form and Legality: 912-0/7-- Assistant City Attorney--. oet APPROVAL RECOMMENDED: �� 1i DIRECTOR, WATER DEPARTMENT 1000 THROCKMORTON STREET FORT WOTH, TEXAS 76102 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 Bond No. 268003014 THE STATE OF TEXAS COUNTY OF TARRANT 0061 13 • 1 PERFORMANCE BOND Page 1 of 2 SECTION 00 61 13 PERFORMANCE BOND KNOW ALL BY THESE PRESENTS: That we, Pepper -Lawson Construction, L.P. , known as "Principal" herein and Liberty Mutual Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal Sixteen Million Two Hundred Sixty Eight Thousand sum of, and 00/100 Dollars ($ 16,268,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our hens, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Ptincipat has entered into a certain written contract with the City Y awarded the 2 5 day of `` 1' ``-' ,.,', "4', 20! �; which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Village Creek WRF Deep Filters 1-20 Modifications, City Project No. 01628. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shalt in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 VILLAGE CREEK WRP DEEP FILTERS 1.20 MODS. CITY PROJECT NO 01628 006113.2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code. as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26 th day of September , 2012 . A EST: (Principal) glittery Barbara Maddox Witness as to Principal PRINCIPAL: s • 1 • 1 • . • •1� BY• Signa� Jason La Name and Title er Address: 4555 Katy Hocklev Cut -Off Rd Katy, Texas 77493 SURETY: Liberty Mut I Insurance.Company BY: Signature Susan Lupski, Attorney -In -Fact Name and Title TX Non Resident License No. 1537869 Address: Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 Witness as to Surety Telephone Number: (R 4 7) 3 9 6 - 715 6 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECTNO. 01628 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5407099 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. American Fire and Casualty Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, THOMAS BEAN, SUSAN LUPSKI, GERARD S. MAcxots, CAMILLE MAITLAND, ROBERT T. PEARSON, RITA SAGISTANO, GEORGE O. BREWSTER, COLETTE R. CHISHOLM, VINCENT A. WALSH, PETER F. JONES, VIRGINIA M. LOVETT, all of the city of GARDEN CITY state of NEW YORK each individually if there be more than one named, its true and lawful atlomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this PowerofAttorneyhasbeensubscribedbyan aulhorizedofficerorofficialofthe Companiesand thecorporatesealsoftheCompanies have been affixedtheretothis 25th day of MAY 2012 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company West American Insurance Company By: a- STATE OF WASHINGTON COUNTY OF KING On this 25th day of MAY 2012 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above wdtten. By: Gregory W. Davenport, Assistant Secretary Fly KD Riley,, Notall Public This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and X(ith dzations ofAmedcan Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS —Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII— Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorney -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed.. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peedess Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. S E P 2 6 201 2 day of 20 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 4�x FifaP�Y INaa� u%unn�ec By: David M. Carey, Assistant Secretary POA -AFCC, LMIC, ()GIG. PIC a WAIC LMs_12873_041012 ACKNOWLEDGMENT OF PRINCIPAL - IF A CORPORATION STATE OF COUNTY OF } SS On this mar day of ... before me personally appeared to be known, who, being by me duly sworn, did depose and say; that he/she resides at , that helshe Is the President of the corporation described in and which executed. the within insurance instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order. ACKNOWLEDGMENT OF PRINCIPAL - IF INDIVIDUAL OR FIRM STATE OF Texas COUNTY OF Harris On this 26th day of • September, 2012 before me personally appeared Jason Lawson to me know to be (the individual) (one of the firm) of Pepper —Lawson Construction, L.P, described in and -who executed the within Instrument and he/she thereupon acknowledged to me that he/she executed the same (as the act and deed of said firm). WY ACKNOWLEDGMENT OF SURETY COMPANY STATE OF New York COUNTY OF Nassau On this September 26, 2012 to me known, who, being by Nassau County Liberty Mutual Insurance Company , before me personally came Susan Lupski me duly sworn, did depose and say; that he/she resides in , State of ...New York................, that he/she Is the Attomey-in-Fact of the the corporation described in which executed the above instrument; that he/she knows 'the seal of said corporation; that the seal affixed to said Instrument Is such corporate seal; that Is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order, and the afflant did further. depose and say that the Superintendent of Insurance of the Slate of New York, has, pursuant to Section 11.11 of the Insurance Law of the State of New York, issued to ...,,.�iperty (�llutugl Insurance Co any (Surety) his/her certificate of qualification evidencing the qualification of said Company and its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of accepting and approving•it as such; and that such certificate has not been revoked. NY acknowiedgertient Notary Public MELISSA SARACINO Notary Public, State of New York No. 01SA6155895 Qualified in Nassau County Commission Expires November 20, 2014 Liberty Mutual.. SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT— DECEMBER 31, 2011 Assets Cash and Bank Deposits $ 696,606,839 *Bonds — U.S Government 910,151,865 *Other Bonds 11,794,792,561 *Stocks 8,216,137,875 Real Estate 268,420,606 Agents' Balances or Uncollected Premiums 3,191,269,641 Accrued Interest and Rents 151,164,670 Other Admitted Assets 12,166 299 092 Total Admitted Assets $31,394,843,149 Liabilities Uneamed Premiums 83,762,485,913 Reserve for Claims and Claims Expense 15,817,904,502 Funds Held Under Reinsurance Treaties 1,249,980,610 Reserve for Dividends to Policyholders 4,656,284 Additional Statutory Reserve 77,791,575 Reserve for Commissions, Taxes and Other Liabilities 2,885,589.205 Total $23,798,408,089 Special Surplus Funds $1,036,917,657 Capital Stock 10,000,000 Paid in Surplus 7,732,061,653 Unassigned Surplus 4,817,455,750 Surplus to Policyholders 13,596,435.060 Total Liabilities and Surplus $37,394,843,149 * Bonds are stated at atnortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2011, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 5th day of April, 2012. Assistant Secretary S-1262LMIC/a 4l12 Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionna,tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION 0 REALIZAR UNA QUEJA: Usted puede escribir la notification y dirigirla a Liberty Mutual Surety en la siguiente direcci6n: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las compaflfas, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direcci6n: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionna tdi.state.tx.us Disputes acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compatlia de seguros en primer t&rmino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su pGlfza: Esta notification es a los solos fines de su information y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 Bond No. 268003014 SECTION 00 61 14 PAYMENT BOND THE STATE OF TEXAS 006114-1 PAYMENT BOND Page l of 2 KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT That we, Pepper -Lawson Construction, L.P. known as "Principal" herein, and Liberty Mutual Insurance Company ,a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known Rs"City" herein, Sixteen Million Two Hundred SixtyBight in the penal sum of Thousand and 00/100 Dollars ($ 16,268,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the ,2 S day of S j' r - e- , 20 11—, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Village Creek WRF Deep Filters 1-20 Modifications, City Project Number 01628 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to rernain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OE PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi edJuly 1.2011 VILLAGE CREEK WRF DEEP FILTERS 1. 20 MODS. CITY PROJECT NO. 01628 006114-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of September Z012 ATTEST: (Principal) Secretary Barbara Maddox Witness as to Principal Witness as to Surety PRINCIPAL: Pe• . er-Lawson onstruction L.P BY: S ignatyre JasLa on Mana•er Name and Tiiie Address: 4555 Katy Hocklev Cut -Off Rd Katy Texas 77493 SURETY: Liberty MI Insurance Company BY: -Signature Susan Lupski, Attorney -In -Fact Name and Title TX Non Resident License No. 1537869 Address: Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 Telephone Number: (847) 396-7156 Note: if signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is 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. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5407104 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated. Certificate No. American Fire and Casualty Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the °Companies°), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, THOMAs BEAN, SUSAN LUPSKI, GERARD S. MACHOLZ, CAMILLE MAITLAND, ROBERT T. PEARSON, RITA SAGISTANO, GEORGE O. BREWSTER, COLETTE R. CHISHOLM, VINCENT A. WALSH, PETER F. JONES, VIRGINIA M. LOVETT, all of the city of GARDEN CITY state of NEW YORK each individually if there be more than one named, its hue and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this PowerofAttorney hasbeensubscdbed byanauthorizedofficerorofficialof theCompaniesandthe corporatesealsoftheCompanies havebeenaffixedtheretothis 251h day of MAY 2012 . American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company West American Insurance Company STATE OF WASHINGTON COUNTY OF KING On this 25th day of MAY 2012 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and WestAmerican Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. Gregory W. Davenport, Assistant Secretary ily KO RileyRiley Nota Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Aut ?izations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: ARTICLE IV —OFFICERS —Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such attorney -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all underlakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed. 1, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peedess Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of S E P 2 6 mu CO a N N .0 N c ps c O CO 41) yW c 8 c, QM 113 c" of a(71 rD c. :co M 0) O gis t6 >12 e' a C M EN C 0 0 - I - POA - AFCC, LMIC, OCIC, PIC & WAIC LMS_12873_041012 By: David M. Carey, Assistant Secretary is the ACKNOWLEDGMENT OF PRINCIPAL - iF A CORPORATION STATE OF COUNTY OF } SS On this mar day of before me personally appeared to be known, who, being by me duly sworn, did depose and say; that he/she resides at , that he/she the President of corporation described in and which executed. the within Insurance instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order. ACKNOWLEDGMENT OF PRINCIPAL - IF INDIVIDUAL OR FIRM STATE OF Texas COUNTY OF Harris On this 26th day of •• September,... .Q1.2, - before me personally appeared Jason Lawson Pepper -Lawson Construction, L.P. to me know to be (the individual) (one of the firm) of , described in and- who executed the within Instrument and he/she thereupon acknowledged to me that he/she he the same__( s the act and deed of said firm). . .,. a-. .... ..'g:&(,?,-- - . 4(a Zi . & ACKNOWLEDGMENT OF SURi»`TY COMPANY WAWA F.UADOOX NOTARY Figtr,. STATE%TFXAS MYCO44 i O Febray 27, 2014 STATE OF .., COUNTY OF Nassau New York } SS On this September 26, 2012 , before me personally came Susan Lupski to me known, who, being by • me duly sworn, did depose and say; that he/she resides In Nassau County , State of ,..flew York. ' , that he/she is the Attorney -In -Fact of the Liberty Mutual Insurance Company the corporation described in which executed the above instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument Is such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order, and the afflant did furtherdepose and say that the Superintendent of Insurance of the State of New York, has, pursuant to Section 11.11 of the Insurance Law of the State of New York, issued to ... ,,.4it?�rty, Mutual Insurance Company (Surety) his/her certifleate of qualification evidencing the qualification of said Company and its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of accepting and approving•it as such; and that such certificate has not been revoked. NY acknowledgement Notary ,Public MELISSA SARACINO Notary Public, State of New York No. 01SA6155895 Qualified In Nassau County Commission Expires November 20, 2014 Liberty Mutual, SURETY Assets Cash and Bank Deposits *Bonds—U.S Government *Other Bonds *Stocks Real Estate Agents' Balances or Uncollected Premiums Accrued Interest and Rents Other Admitted Assets LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2011 $ 696,606,839 910,151,865 11,794,792,561 8,216,137,875 268,420,606 3,191,269,641 151,164,670 12,166,299,092 Total Admitted Assets $37,394,R43,149 Liabilities Unearned Premiums $3,762,485,913 Reserve for Claims and Claims Expense 15,817,904,502 Funds Held Under Reinsurance Treaties 1,249,980,610 Reserve for Dividends to Policyholders 4,656,284 Additional Statutory Reserve 77,79I,575 Reserve for Commissions, Taxes and Other Liabilities 2,885,589,205 Total $23,798,408,089 Special Surplus Funds $1,036,917,657 Capital Stock 10,000,000 Paid in Surplus 7,732,061,653 Unassigned Surplus 4,817,455,750 Surplus to Policyholders 13,596,435,060 Total Liabilities and Surplus 537,394,843,149 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2011, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 5th day of April, 2012. Assistant Secretary S-1262LMIC/a 4/12 Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectionnatdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION 0 REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companies, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(atdi.state.tx.us Disputes acerca de primes o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informacion y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 Bond No. 268003014 THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 19 MAINTENANCE BOND § § 006119.1 MAINTENANCE BOND Page 1 of 3 KNOW ALL BY THESE PRESENTS: That we Pepper -Lawson Construction, L.P. , known as "Principal" herein and Liberty Mutual Insurance Company , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal co oration created pursuant to the laws of the State of Texas, known as "City" herein, Sixteen Million Two Hundred Sixty in the sum of Eight Thousand and 00/100 Dollars ($ 16,268,000.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the .£ day of e) V`e" \r3e J , 20 1 I-, which Contract is hereby referred to and a made pact hereof for all put -poses as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Village Creek WRF Deep Filters 1-20 Modifications, City Project No. 01628; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA TION DOCUMENTS Revised July 1.2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 006119-2 MAINTENANCE BOND Page 2of3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY DEPORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revi<ed July 1.2011 VILLAGE CREEK WRP DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 61 19.3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 26th day of September ,2012 . (Principal) Secreiary Barbara Maddox a//647 Witness as to Principal Witness as to Surety *Note: PRINCIPAL: Pe••er-Lawson 'onstruction L.P BY: Sig i ( re Jason Lawson JMane er Name and itle Address:4555 Katy Hockley Cut -Off Rd Katy. Texas 77493 SURETY: Libert Mut 1 BY: Susan Signature Lupski, Attorney -In -Fact Insurance Comp-ny Name and TitleTX Non Resident License No. 1537869 Address: Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 Telephone Number: (847) 396-7156 If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1.2011 VILLAGE CREEK WRF DEEP FILTERS 1.20 MODS. CITY PROTECT NO.01628 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5407100 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. American Fire and Casualty Company The Ohio Casualty Insurance Company West American Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, and West American Insurance Company is a corporation duty organized under the laws of the State of Indiana (herein: collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, THOMAS BEAN, suSAN Lupsxl, GERARD S. MACHOLZ, CAMILLE MAITLAND, ROBERT T. PEARSON, RITA SAGISTANO, GEORGE O. BREWSTER, COLETTE R. CHISHOLM, VINCENT A. WALSH, PETER F. JONES, VIRGINIA M. LOVETT, all of the city of GARDEN CITY state of NEW YORK.. each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power ofAttorney hasbeensubscribed byan authorized olficeroroffidal of the Companiesand thecorporatesealsof theCompanies havebeen affixed theretothis 251h day of MAY 2012 . ,ct INS By: STATE OF WASHINGTON. COUNTY OF KING On this 25th day of MAY 2012 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peedess Insurance Company and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. KD Riley ,Not Public American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Peerless Insurance Company West American Insurance Company Gregory W. Davenport, Assistant Secretary This Power of Attorney is made and executed pursuant to and by authority of the following By-laws andAuthodzations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS— Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescdbe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts —SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose In wrung by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenpod, Assistant Secretary to appoint such attorney -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey Issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same force and effect as though manually affixed, I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is In full force and effect and has not been revoked fl�9 t. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of S EP 2 6 q2V-. gYWS[jFi- 1`rywuuar ,a`'.�-�°�P\ ®°o `PnER7c ?S7Y POA-AFCC, IMIC, OCIC, PIC &WAIC LMS_12873041012 By: David M. Carey, Assistant Secretary STATE OF COUNTY OF ACKNOWLEDGMENT OF PRINCIPAL - iF A CORPORATION ss On this "'a' day of , before me personally appeared to be known, who, being by me duly sworn, did depose and say; that he/she resides at , that he/she is the President of , the corporation described in and which executedthe within insurance instrumert; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order. ACKNOWLEDGMENT OF PRINCIPAL - IF INDIVIDUAL OR FIRM STATE OF Texas COUNTY OF Harris } ss On this 2 6 th day of • September, 2012 before me personally appeared Jason Lawson to me Know to be (the Individual) (one of the firm) of Pepper -Lawson Construction( L.P. , described En and who executed the within Instrument and beishelliererupon, nowledged to me that he/she xecuted the same des the act and deed of said firm). ACKNOWLEDGMENT OF SURETY COMPANY r.LR342.; F. MADDOX ;lam. 1 WW1 FUJ.x.,STATE CFTEN .UTA4, my CDROM DARES Feiner? 27, 2014 STATE OF COUNTY OF Nassau New York On this September 26, 2012 , before me personally came Susan Lupski to me known, who, being by • me duly sworn, did depose and say; that he/she resides In Nassau County , State of ...New York..............:., that he/she is the Attomey-In-Fact of the Liberty Mutual Insurance Company the corporation described In which executed the above instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order; and the affiant did furtherdepose and say that the Superintendent of Insurance of the State of New York, has, pursuant to Section 11,11 of the Insurance Law of the State of New York, issued to ...,,.UtwrMY.MutVA Insurance CoJnpny (Surety) his/her certificate of qualification evidencing the qualification of said Company and its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of accepting and approving -it as sucfj; and that such certificate has not been revoked. NY acknowledgement Notary Public MELISSA SARACINO Notary Public, State of New York No. 01SA6155895 Qualified In Nassau County Commisslon Expires November 20, 2014 l Liberty Mutual SURETY LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEMENT — DECEMBER 31, 2011 Assets Liabilities Cash and Bank Deposits $ 696,606,839 *Bonds — U.S Government 910,151,865 *Other Bonds 11,794,792,561 *Stocks 8,216,137,875 Real Estate 268,420,606 Agents' Balances or Uncollected Premiums 3,191,269,641 Accrued Interest and Rents 151,164,670 Other Admitted Assets 12,166,299,092 Unearned Premiums S3,762,485,913 Reserve for Claims and Claims Expense 15,817,904,502 Funds Held Under Reinsurance Treaties 1,249,980,610 Reserve for Dividends to Policyholders 4,656,284 Additional Statutory Reserve 77,791,575 Reserve for Commissions, Taxes and Other Liabilities 2,885,589,205 Total $23,798,408,089 Special Surplus Funds $1,036,917,657 Capital Stock 10,000,000 Paid in Surplus 7,732,061,653 Unassigned Surplus 4,817,455,750 Total Admitted Assets %37,394,843,149 Surplus to Policyholders Total Liabilities and Surplus 13,596,435,060 $37,394,843,149 * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the state of Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2011, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 5th day of April, 2012. Assistant Secretary S-1262LMIC1a 4112 Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(@tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION 0 REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companies, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a.tdi.state.tx.us Disputas acerca de primes o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primes, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la companla de seguros en primer t&rmino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su p6liza: Esta notificacion es a los solos fines de su informacibn y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 SECTION 00 6125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 00 61 25 - I CERTIFICATE OF INSURANCE Page 1 of 1 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 A� o® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 9/24/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Bowen, Miclette &Britt Insurance Agency, LLC 1111 North Loop West Suite 400 Houston TX 77008 CONAME: Steohanie (;uidry (NC No EXU713-880-7100 WC, Ne):713-880-7166 E-MAIL ADOREsssguidn a>bmbinc com INSURER(S)AFFORDING COVERAGE NAICN INSURER A:Amerisure Insurance Company 19488 23396 INSURED PEPPERLAWS Pepper -Lawson Construction, LP P.O. Box 219227 Houston TX 77218 INSURER a :Amerisure Mutual Insurance Company INSURER C: INSURER D: INSURER E INSURER F : • V THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE AODL INSR SUER WV()NM/Donny)POLICY NUMBER POLICY EFF (MMIDDNYVY) POLICY EXP LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY CPP0294407220012 10/1/2012 10/1/2013 EACH OCCURRENCE S1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) 3500,000 MED EXP (Any one person) 55,000 CLAIMS -MADE lX OCCUR PERSONAL S ADV INJURY S1.000,000 GENERAL AGGREGATE $2,000,000 $2,000,000 PRODUCTS- COMP/OP AGG GEN'L AGGREGATE —1 POLICY X LIMIT APPLIES PER: LOC $ B AUTOMOBILE X X LIABILITY ANY AUTO AOS X SCHEDULED CAI1100362002 10/1/2012 10/1/2013 a adent)INGLL LIMIT S1000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) $ 5 B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CU20399950702 10/1/2012 10/1/2013 EACH OCCURRENCE S10,000,000 AGGREGATE $10,000,000 $ DED X RETENT ON SO A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If Yes, describe under DESCRIPTION OF OPERATIONS below Y/N NIA WC078363529 10/1/2012 10/1/2013 X 1 WCSTAMITS OT _ E.L. EACH ACCIDENT S1,000,000 EL DISEASE - EA EMPLOYEE S1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more space Is required) Add'tional Insured is afforded as per the attached endorsement. Primary and Non -Contributory is afforded as per the attached endorsement. Waiver of Subrogation is afforded as per the attached endorsement. Re: Village Creek WRF Deep Filters 1-20 Modifications, City Project No. 01628 CERTIFICATE HOLDER CANCELL City of Fort Worth 1000 Throckmorton Street Fort Worth TX 76102 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CA11100362002 COMMERCIAL AUTO CA71651007 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY COVERAGE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below. Endorsement Effective: 10/01/2012 Named Insured: PEPPER-LAWSON CONSTRUCTION, LP Countersigned By: (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) Section II — Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any Person or Organization with whom you have an "insured contract' which requires: i. that Person or Organization to be added as an "insured" under this policy; and ii. this policy to be primary and non-contributory to any like insurance available to the Person or Organization. Each such person or organization is an "insured" for Liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "insured contract". Includes copyrighted material of the Insurance Services Office, Inc., with its permission. CA 71 65 10 07 Insurance Services Office., 1998. Page 1 of 1 POLICY NUMBER: CAI1100362002 COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless below. Form apply unless modi- another date is indicated Endorsement Effective: 10/01/2012 Named Insured:pEppER-LAWSON CONSTRUCTION, LP Countersigned By: (Authorized Repreentative) SCHEDULE Number of Days' Notice 60 Name Of Person Or Organization Address ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT REQUIRING WRITTEN NOTICE OF CANCELLATION PER CERTIFICATES ON FILE WITH COMPANY. EXCEPT 1a DAYS NOTTCE SHALL BE GIVEN FOR NON PAYMENT If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of days notice indicated in the Schedule. CA 02 44 06 04 © ISO Properties, Inc., 2003 Page 1 of 1 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The premium for this endorsement is $ 1. BROAD FORM INSURED SECTION I1- LIABILITY COVERAGE, A.1. Who Is An Insured is amended by the addition of the following: d. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or a majority interest, will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured" under any other policy or would be an "insured" but for its termination or the exhausting of its limit of insurance. e. Any "employee" of yours using: (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auto' you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. Any person or organization with whom you agree in a written contract, written agreement or permit, to provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is issued prior to the "bodily injury" or "property damage"; (2) To any person or organization included as an insured by an endorsement or in the Declarations; or (3) To any lessor of "autos" unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" is leased without a driver; and 9. Includes copyrighted material of Insurance Services Office, Inc. CA 71 1811 09 Page 1 of 5 (c) The lease had not expired. Leased "autos' covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily injury" or "property damage" for which an "insured" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS - SUPPLEMENTARY PAYMENTS Under Section II - LIABILITY COVERAGE, A2.a. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced as follows: (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II - LIABILITY COVERAGE. B. EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers, managers, supervisors or above. Coverage is excess over any other collectible insurance. b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of paragraph a. above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: if any of your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. B. Under SECTION 111 - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto": Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 5 CA 71 18 11 09 (2) Specified Causes of Loss, only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto'; or (3) Collision, only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $2,000. C. Under SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, paragraph b. is replaced by the following: b. For Hired Auto Physical Damage, the following are deemed to be covered "autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employees" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any"auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. 5. LOAN OR LEASE GAP COVERAGE Under SECTION 111— PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If a covered "auto" is owned or leased and if we provide Physical Damage Coverage on it, we will pay, in the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered "auto", less: (a) The amount paid under the Physical Damage Section of the policy; and: (b) Any: (1) Overdue lease or loan payments including penalties, interest or other charges resulting from overdue payments at the time of the "loss"; Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) Security deposits not refunded by a lessor; and (5) Carry-over balances from previous loans or leases. 6. RENTAL REIMBURSEMENT Under SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, paragraph a. Transportation Expenses is deleted and replaced by the following: a. Transportation Expenses (2) (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense incurred by you because of covered "loss". We will pay only for those covered "autos" for which you carry Collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay for transportation expenses incurred during the period beginning 24 hours after the covered "loss" and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". This coverage is in addition to the otherwise applicable coverage you have on a covered "auto". No deductibles apply to this coverage. Includes copyrighted material of Insurance Services Office, Inc. CA 71 1811 09 Page 3 of 5 (2) This coverage does not apply while there is a spare or reserve "auto" available to you for your operation. 7. AIRBAG COVERAGE Under SECTION III - PHYSICAL DAMAGE, B. EXCLUSIONS, paragraph 3. is deleted and replaced by the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered by this insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tires. 8. GLASS REPAIR— WAIVER OF DEDUCTIBLE Section 111— PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLISION COVERAGE— WAIVER OF DEDUCTIBLE Under Section III - PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: When there is a loss to your covered "auto" insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto" insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, paragraph a. is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an "accident", claim, "suit" or "loss". Knowledge of an "accident", claim, "suit" or "loss" by your"employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers. or members (if you are a limited liability company) has knowledge of the "accident", claim, "suit" or "loss". Notice should include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address: and (3) To the extent possible, the names and addresses of any injured persons and witnesses, 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the "insured" has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 71 18 11 09 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS , B. General Conditions , paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. 13. BLANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract or written agreement, the definition of "insured contract" is amended as follows: — The exception contained in paragraph H.3. relating to construction or demolition operations on or within 50 feet of a railroad; and — Paragraph H.a. are deleted with respect to the use of a covered "auto" in operations for, or affecting, a railroad. Includes copyrighted material of Insurance Services Office, Inc. CA 71 18 11 99 Page 5 of 5 POLICY NUMBER CPP0294407220012 COMMERCIAL GENERAL LIABILITY CG 02 05 01 96 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Pad, we agree to mail prior written notice of cancellation or material change to: 1. Name: 2. Address: 3. Number of days advance notice: 60* SCHEDULE ANY PERSON OR ORGANIZATION WITH WHOM THE INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELLATION. AS PER CERTIFICATES ON FILE WITH COMPANY. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsements.) `EXCEPT IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM FOR WHICH 10 DAYS NOTICE SHALL BE GIVEN. CG02050196 Copyright, Insurance Services Office. Inc., 1994 Page 1 of 1 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM All of the terms, provisions, exclusions, and limitations of the coverage form apply except as specifically stated below. Policy Number CPP0294407220012 Agency Number 766330 Policy Effective Date 10/01/2012 Policy Expiration/Cancellation Date 10/01/2013 Date 10/01/2012 Account Number 10131430 Named Insured PEPPER-LAWSON CONSTRUCTION Agency BOWEN, MIGLETTE & BRITT Issuing Company AMERISURE INSURANCE 1. SECTION II - WHO IS AN INSURED is amended to add as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. The written contract or written agreement must require additional insured status for a time period during the term of this policy and be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" giving rise to a claim under this policy. If, however, "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing within 30 days from such commencement and with customers whose customary contracts require they be named as additional insureds, we will provide additional insured status as specified in this endorsement. SECTION II - WHO IS AN INSURED is amended to add the following: If the additional insured is: a. An individual, their spouse is also an additional insured. b. A partnership or joint venture, members, partners, and their spouses are also additional insureds. c. A limited liability company, members and managers are also additional insureds. d. An organization other than a partnership, joint venture or limited liability company, executive officers and directors of the organization are also additional insureds. Stockholders are also additional insureds, but only with respect to their liability as stockholders. e. A trust, trustees are also insurecs, but only with respect to their duties as trustees. 3. The insurance provided to the additional insured under this endorsement is limited as follows: a. That person or organization is only an additional insured with respect to liability arising out of: (1) Premises you own, rent, lease, or occupy; or (2) Your ongoing operations, unless the written contract or written agreement also requires completed operations coverage (or wording to the same effect), in which case the coverage provided shall extend to your completed operations for that additional insured. Premises, as respects this provision, shall include common or public areas about such premises if so required in the written contract or written agreement. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 05 10 Page 1 of 2 Ongoing operations, as respects this provision, does not apply to "bodily injury" or "property damage" occurring after: (a) All work including materials, parts or equipment fumished in connection with such work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (b) That portion of your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. b. The limits of insurance applicable to the additional insured are the least of those specified in the written contract or written agreement or in the Declarations of this policy. The limits of insurance applicable to the additional insured are inclusive of and not in addition to the limits of insurance shown In the Declarations. c. The additional Insured status provided by this endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement nor beyond the term of this policy. d. If a written contract or written agreement as outlined above requires that additional insured status be provided by the use of CG 20 10 11 85, then the terms of that endorsement, which are shown below, are incorporated into this endorsement as respects such additional insured. to the extent that such terms do not restrict coverage otherwise provided by this endorsement: ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract or Agreement that the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 20 10 11 85 e. The insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineers, or surveyor's rendering of or failure to render any professional services including but not limited to: (1) The preparing, approving, or failing to prepare or approve maps, drawings. opinions, reports, surveys, change orders. design specifications; and (2) Supervisory, inspection, or engineering services. f. SECTION IV • COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. Any coverage provided in this endorsement is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the written contract or written agreement requires that this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 05 10 Page 2 of 2 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I - COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement amend the policy as follows: 1. LIQUOR LIABILITY Exclusion c. Liquor Liability is deleted. 2. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto or Watercraft, subparagraph (2) is deleted and replaced with the following: (2) A watercraft you do not own that Is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge. • 3. PREMISES ALIENATED A. Exclusion j. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 4. PROPERTY DAMAGE LIABILITY - ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3), (4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 5. PROPERTY DAMAGE LIABILITY- BORROWED EQUIPMENT A. Exclusion j. Damage to Property, paragraph (4) does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. B. With respect to any one borrowed equipment item, provision 5.A. above does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 6. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to 'product recall expenses' that you incur for the "covered recall" of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost Incurred to regain customer approval; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 11 09 Page 1 of 9 4, Redistribution or replacement of "your product", which has been recalled, by like products or substitutes; 5. Caprice or whim of the insured; 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of "your product(s)' that have no known or suspected defect solely because a known or suspected defect in another of "your product(s)" has been found. B. Under SECTION 1I1 - LIMITS OF INSURANCE, paragraph & is replaced in its entirety as follows and paragraph 8. is added: 3. The Products -Completed Operations Aggregate Limit is the most we will pay for the sum of: a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of "bodily injury" and "property damage" included in the "products -completed operatons hazard' and b. "Product recall expenses'. 8. Subject to paragraph 5. above, $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. The insurance afforded by reason of provisions 1. through 6. of this endorsement is excess over any valid and collectible insurance (including any deductible) available to the Insured whether primary, excess or contingent, and SECTION IV., paragraph 4. Other Insurance is changed accordingly. 7. BLANKET CONTRACTUAL LIABILITY— RAILROADS Wnen a written contract or written agreement requires Contractual Liability - Railroads, the definition of "insured contract" in Section V - Definitions is replaced by the following with respect to operations performed for, or affecting, a railroad: 9. "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law In the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or Instructions, or failing to give them; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 9 CG 70 6311 09 (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the lnsured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. 8. CONTRACTUAL LIABILITY - PERSONAL AND ADVERTISING INJURY Under SECTION 1 - COVERAGE B., paragraph 2. Exclusions, paragraph e, Contractual Liability is deleted. 9. SUPPLEMENTARY PAYMENTS Under SECTION I - SUPPLEMENTARY PAYMENTS - COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 10. BROADENED WHO IS AN INSURED SECTION II - WHO 15 AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An Individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an Insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an Insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to your °employees" who are: (i) Managers; (ii) Supervisors; (iii) Directors; or (iv) Officers; with respect to "bodily injury" to a co -"employee". 2. Each of the following is also an insured: a. Your °volunteer workers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insured for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; Includes copyrighted material of Insurance Services Office, Inc. CG70631109 Page3of9 (b) To the spouse, child, parent, brother or sister of that co -"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided In Provision 11. of this endorsement. (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such, That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. f. (1) Any person or organization, other than an architect, engineer or surveyor, required to be named as an additional insured in a "work contract", letter of intent or work order. However, such person or organization shall be an additional insured only with respect to covered "bodily injury,' "property damage," and "personal and advertising injury" arising out of "your work" under that "work contract", letter of intent or work order, (2) We will provide additional insured coverage to such person or organization only: (a) for a period of 30 days after the effective date of the applicable "work contract", letter of intent or work order; or (b) until the end of the policy term in effect at the inception of the applicable "work contract", letter of intent or work order; whichever is earlier. Coverage provided under this paragraph f. is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the "work contract", letter of intent or work order requires this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. (4) This paragraph f. does not apply if form CG 70 85, Texas Contractors Blanket Additional Insured Endorsement, is attached to the policy. (3) Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 9 CG 70 63 11 09 g. Any person or organization to whom you are obligated by virtue of a written contract to provide Insurance such as is afforded by this policy, but only with respect to liability arising out of the maintenance or use of that part of any premises leased to you, including common or public areas about such premises if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any 'occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. Any state or political subdivision but only as respects legal liability Incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) 'Bodily injury' or "property damage" included within the "products -completed operations hazard." Any person or organization who is the lessor of equipment leased to you, to whom you are obligated by virtue of a written contact to provide insurance such as is afforded by this policy. but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, no such person or organization is an insured with respect to any "occurrence" that takes place after the equipment lease expires. j. Any architect, engineer, or surveyor engaged by you but only with respect to liability arising out of your premises or "your work." However, no architect, engineer, or surveyor is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph j. does not apply if form CG 70 85, Texas Contractors Blanket Additional Insured Endorsement, is attached to the policy. k. Any manager, owner, lessor, mortgagee, assignee or receiver of premises, including land leased to you, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises or land leased to you. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy that premises, or cease to lease the land; or (2) Structural alteration, new construction or demolition operations performed by or on behalf of that person or organization. 3. Any organization you newly acquire or form, other than a partnership, Joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 11 09 Page 5 of 9 c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred 10 below as vendor) with whom you agreed, because of a written contract or agreement to provide insurance is an insured, but only with respect to "bodily Injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an Insured with respect to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; c. Any physical or chemical change In "your product" made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; O. Any failure to make such Inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises In connection with the sale of the "your product"; "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This insurance does not apply to any insured person or organization from which you have acquired "your products", or any ingredient, part, or container, entering into. accompanying or containing "your products". No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 11. INCIDENTAL MALPRACTICE LIABILITY As respects provision 10., SECTION II — WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged In the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III - LIMITS OF INSURANCE, provisions 12. through 14. of this endorsement amend the policy as follows: 9. 12, AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 9 CG 70 63 11 09 13. INCREASED MEDICAL PAYMENTS LIMITS AND REPORTING PERIOD A. The requirement under SECTION 1— COVERAGE C MEDICAL PAYMENTS that expenses be incurred and reported to us within one year of the date of the accident is changed to three years. B. SECTION III - LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III —LIMITS OF INSURANCE and is the greater of: 1. $10,000; or 2. The amount shown In the Declarations for Medical Expense Limit. C. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU — SPECIFIC PERILS A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION 1 — COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a'specific peril or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in SECTION 11f - LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000;or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION 1- COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 15. through 17. of this endorsement amend the policy as follows: 15. KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an "occurrence' or an offense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence" or an offense by your "empioyee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge of the 'occurrence" or offense. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence' to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this 'occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in 'product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of 'your product' and the reason for the withdrawal or recall; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 11 09 Page 7 of 9 (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this coverage part if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by the Coverage Fomi as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us, The Insured must do nothing after loss to impair them. At our request, the insured will bring 'suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if "your work' was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 18. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew Is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder Is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. c. If notice is mailed, proof of mailing will be sufficient proof of notice. d. Tne transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 19. MOBILE EQUIPMENT REDEFINED Under SECTION V - DEFINITIONS, paragraph 12. "Mobile equipment", paragraph f. (1) does not apply to self- propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 9 CG 70 63 11 09 20. DEFINITIONS 1. SECTION V — DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury; "property damage," or "personal and advertising injury." including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a "suit" on the merits. in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V — DEFINITIONS Is amended by the addition of the following de0nitions: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your product" has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your product" for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; c. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; f, Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage." 'Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. "Work contract" means a written agreement between you and one or more parties for work to be performed by you or on your behalf. Includes copyrighted material of Insurance Services Office, Inc. CG70631109 Page 9of9 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( (Specific Waiver Name of person or organization (XIBlanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium The premium charge for this endorsement shall be 0.006 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2012 Policy No. WC078363529 Endorsement No. Insured PEPPER-LAWSON CONSTRUCTION, L.P. Insurance Company Countersigned by AMERISURE INSURANCE COMPANY Premium S WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC420601 (Ed. 7-841 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other matorial change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 60 "EXCEPT IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM FOR WHICH 10 DAYS SHALL BE GIVEN. 2. Notice will be mailed to: ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT REQUIRING WRITTEN NOTICE OF CANCELLATION. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2012 Policy No. WC078363529 Endorsement No. Insured PEPPER-LAWSON CONSTRUCTION, L.P. Insurance Company AMERISURE INSURANCE COMPANY WC420601 (Ed. 7-84) Countersigned by Premium $ Hart Forma & Senkaa Reorder 144856 11/4/2011 12:09:05 PM POLICY NUMBER: CA 11100361902 COMMERCIAL AUTO CA71651007 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - PRIMARY COVERAGE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement, This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below, Endorsement Effective: io/o2/2011 Countersigned By: Named Insured: PEPPER-LAWSON CONSTRUCTION, LP (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) Section II — Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any Person or Organization with whom you have an "Insured contract" which requires: i. that Person or Organization to be added as an "Insured" under this policy; and ii. this policy to be primary and non-contributory to any like insurance available to the Person or Organization. Each such person or organization is an "insured" for Liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "insured contract". Includes copyrighted material of the Insurance Services Office, Inc., with its permission. CA 71 65 10 07 Insurance Services Office., 1998. Page 1 of 1 Amerisure Mutual Insurance Company CA11100361902 10/01 /2011-10/01 /2012 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The premium for this endorsement is $ 1. BROAD FORM INSURED SECTION II - LIABILITY COVERAGE, A.1. Who Is An Insured is amended by the addition of the following: d. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain ownership or a majority interest, will qualify as a Named Insured. However, (1) Coverage under this provision is afforded only until the end of the policy period: (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured" under any other policy or would be an "insured" but for its termination or the exhausting of its limit of insurance. e. Any"employee" of yours using: A covered "auto" you do not own, hire or borrow, or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto'. hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. Any person or organization with whom you agree in a written contract, written agreement or permit, to provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is issued prior to the "bodily injury" or "property damage' (2) To any person or organization included as an insured by an endorsement or in the Declarations; or (3) To any lessor of "autos" unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" is leased without a driver; and g• (1) Includes copyrighted material of Insurance Services Office, Inc. CA 71 18 11 09 Page 1 of 5 (c) The lease had not expired. Leased "autos" covered under this provision will be considered covered "autos" you own and not covered "autos" you hire. h, Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily injury" or "property damage" for which an "insured" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS - SUPPLEMENTARY PAYMENTS Under Section II - LIABILITY COVERAGE, A.2.a. Supplementary Payments. paragraphs (2) and (4) are deleted and replaced as follows: (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II - LIABILITY COVERAGE, B. EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced by the following: 5. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers, managers, supervisors or above. Coverage is excess over any other collectible insurance. b. The spouse, child, parent, brother or sister of that fellow "employee" as a consequence of paragraph a. above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION 111- PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If any of your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. B, Under SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; Includes copyrighted material of Insurance Services Office, Inc. Page2of5 CA71181109 (2) Specified Causes of Loss, only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto": or (3) Collision, only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $2,000. C. Under SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, paragraph b. is replaced by the following: b. For Hired Auto Physical Damage, the following are deemed to be covered "autos" you own: 1, Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employees" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto", nor is any "auto" you hire from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company), or members of their households. 5. LOAN OR LEASE GAP COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If a covered "auto" is owned or leased and if we provide Physical Damage Coverage on it, we will pay, in the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered "auto", less: (a) The amount paid under the Physical Damage Section of the policy; and: (b) Any: (1) Overdue lease or loan payments including penalties. interest or other charges resulting from overdue payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; Security deposits not refunded by a lessor; and Carry-over balances from previous loans or leases. (3) (4) (5) 6. RENTAL REIMBURSEMENT Under SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions, paragraph a. Transportation Expenses is deleted and replaced by the following: a. Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense incurred by you because of covered "loss". We will pay only for those covered "autos" for which you carry Collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay for transportation expenses incurred during the period beginning 24 hours after the covered "loss" and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". This coverage is in addition to the otherwise applicable coverage you have on a covered "auto". No deductibles apply to this coverage. Includes copyrighted material of Insurance Services Office, Inc. CA 71 18 11 09 Page 3 of 5 (2) This coverage does not apply while there is a spare or reserve "auto" available to you for your operation. 7. AIRBAG COVERAGE Under SECTION III - PHYSICAL DAMAGE, B. EXCLUSIONS, paragraph 3. is deleted and replaced by the following: 3. We will not pay for "loss" caused by or resulting from any of the following unless caused by other "loss" that is covered by this insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this exclusion does not include the discharge of an airbag. (2) Blowouts, punctures or other road damage to tires. 8. GLASS REPAIR —WAIVER OF DEDUCTIBLE Section III — PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 9. COLLISION COVERAGE — WAIVER OF DEDUCTIBLE Under Section III - PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: When there is a loss to your covered "auto" insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto' insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, paragraph a. is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an "accident", claim, "suit" or "loss". Knowledge of an "accident", claim, "suit" or "loss" by your "employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you are a limited liability company) has knowledge of the "accident", claim, "suit" or "loss". Notice should include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV - BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph S. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or "loss" to impair them. However, if the "insured" has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 71 18 11 09 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV - BUSINESS AUTO CONDITIONS , B. General Conditions , paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non -renewal. 13. BLANKET COVERAGE FOR CERTAIN OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract or written agreement, the definition of "insured contract" is amended as follows: — The exception contained in paragraph H.3. relating to construction or demolition operations on or within 50 feet of a railroad; and — Paragraph H.a. are deleted with respect to the use of a covered "auto" in operations for, or affecting, a railroad. Includes copyrighted material of Insurance Services Office, Inc. CA 71 18 11 09 Page 5 of 5 Amerisure Insurance Company CPP029440721 10/01 /2011-10/01 /2012 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I - COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement amend the policy as follows: 1. LIQUOR LIABILITY Exclusion c. Liquor Liability is deleted. 2. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto or Watercraft, subparagraph (2) is deleted and replaced with the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge. 3. PREMISES ALIENATED A. Exclusion j. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 4. PROPERTY DAMAGE LIABILITY - ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3), (4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 5. PROPERTY DAMAGE LIABILITY - BORROWED EQUIPMENT A. Exclusion j. Damage to Property, paragraph (4) does not apply to "property damage" to borrowed equipment while at a jobsite and not being used to perform operations. B. With respect to any one borrowed equipment item, provision 5.A. above does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 6. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses" that you incur for the "covered recall" of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 11 09 Page 1 of 9 4. Redistribution or replacement of "your product", which has been recalled, by like products or substitutes; 5. Caprice or whim of the insured; 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of "your product(s)" that have no known or suspected defect solely because a known or suspected defect in another of "your product(s)" has been found. B. Under SECTION III - LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as follows and paragraph 8. is added: 3. The Products -Completed Operations Aggregate Limit is the most we will pay for the sum of: a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and b. "Product recall expenses". 8. Subject to paragraph 5. above, $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. The insurance afforded by reason of provisions 1. through 6. of this endorsement is excess over any valid and collectible insurance (including any deductible) available to the insured whether primary, excess or contingent, and SECTION IV., paragraph 4. Other Insurance is changed accordingly. 7. BLANKET CONTRACTUAL LIABILITY — RAILROADS When a written contract or written agreement requires Contractual Liability - Railroads, the definition of "insured contract" in Section V - Definitions is replaced by the following with respect to operations performed for, or affecting, a railroad: 9. "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract'; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, Feld orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 9 CG 70 63 11 09 (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in Paragraph (1) above and supervisory, inspection, architectural or engineering activities. 8. CONTRACTUAL LIABILITY - PERSONAL AND ADVERTISING INJURY Under SECTION 1 - COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 9. SUPPLEMENTARY PAYMENTS Under SECTION I - SUPPLEMENTARY PAYMENTS - COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $2,500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 10. BROADENED WHO IS AN INSURED SECTION II - WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Paragraphs (1)(a), (1)(b) and (1)(c) above do not apply to your "employees" who are: (I) Managers; (ii) Supervisors; (iii) Directors; or (iv) Officers; with respect to "bodily injury" to a co -"employee". 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or "volunteer workers" are insured for: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; Includes copyrighted material of Insurance Services Office, Inc. CG70631109 Page3of9 (b) To the spouse, child, parent, brother or sister of that co -"employee" or volunteer worker as a consequence of paragraph (1)(a) above; For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 11. of this endorsement. (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. f. (1) Any person or organization, other than an architect, engineer or surveyor, required to be named as an additional insured in a "work contract", letter of intent or work order. However, such person or organization shall be an additional insured only with respect to covered "bodily injury," "property damage," and "personal and advertising injury" arising out of "your work" under that "work contract", letter of intent or work order. (2) We will provide additional insured coverage to such person or organization only: (c) (a) (3) for a period of 30 days after the effective date of the applicable "work contract", letter of intent or work order; or (b) until the end of the policy term in effect at the inception of the applicable "work contract", letter of intent or work order; whichever is earlier. Coverage provided under this paragraph f. is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the "work contract", letter of intent or work order requires this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. (4) This paragraph f. does not apply if form CG 70 85, Texas Contractors Blanket Additional Insured Endorsement, is attached to the policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 9 CG 70 63 11 09 9. Any person or organization to whom you are obligated by virtue of a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the maintenance or use of that part of any premises leased to you, including common or public areas about such premises if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy those premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. h. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodily injury" or "property damage" included within the "products -completed operations hazard." I. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated by virtue of a written contact to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, no such person or organization is an insured with respect to any "occurrence" that takes place after the equipment lease expires. Any architect, engineer, or surveyor engaged by you but only with respect to liability arising out of your premises or "your work." However, no architect, engineer, or surveyor is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph j. does not apply if form CG 70 85, Texas Contractors Blanket Additional Insured Endorsement, is attached to the policy. k. Any manager, owner, lessor, mortgagee, assignee or receiver of premises, including land leased to you, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises or land leased to you. However, no such person or organization is an insured with respect to: (1) Any "occurrence" that takes place after you cease to occupy that premises, or cease to lease the land; or (2) Structural alteration, new construction or demolition operations performed by or on behalf of that person or organization. 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; Includes copyrighted material of Insurance Services Office, Inc. CG70631109 Page5of9 c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed, because of a written contract or agreement to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; c. Any physical or chemical change in "your product" made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "your product"; "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This insurance does not apply to any insured person or organization from which you have acquired "your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 11. INCIDENTAL MALPRACTICE LIABILITY As respects provision 10., SECTION II — WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III - LIMITS OF INSURANCE, provisions 12. through 14. of this endorsement amend the policy as follows: g. 12. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 9 CG 70 6311 09 13. INCREASED MEDICAL PAYMENTS LIMITS AND REPORTING PERIOD A. The requirement under SECTION I — COVERAGE C MEDICAL PAYMENTS that expenses be incurred and reported to us within one year of the date of the accident is changed to three years. B. SECTION III - LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III — LIMITS OF INSURANCE and is the greater of: 1. $10,000;or 2. The amount shown in the Declarations for Medical Expense Limit. C. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU — SPECIFIC PERILS A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION I — COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a "specific peril" or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III - LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I - COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. Under SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 15. through 17. of this endorsement amend the policy as follows: 15. KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence" or an offense by your "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge of the "occurrence" or offense. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; Includes copyrighted material of Insurance Services Office, Inc. CG70631109 Page7of9 (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this coverage part if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by the Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 18. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. c. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 19. MOBILE EQUIPMENT REDEFINED Under SECTION V - DEFINITIONS, paragraph 12. "Mobile equipment", paragraph f. (1) does not apply to self- propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 9 CG 70 63 11 09 20. DEFINITIONS 1. SECTION V — DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury," "property damage," or "personal and advertising injury," including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a "suit" on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V — DEFINITIONS is amended by the addition of the following definitions: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your product" has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your product" for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; c. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage." "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. "Work contract" means a written agreement between you and one or more parties for work to be performed by you or on your behalf. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 11 09 Page 9 of 9 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 A (Ed. 1-00) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( }Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium The premium charge for this endorsement shall be 0.006 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium This endorsement changes the policy (The information below is required Endorsement Effective 10/01/2011 Insured Pepper -Lawson Construction, L.P. Insurance Company Amerisure Mutual Insurance Company to which it is attached and is effective on the date issued unless otherwise stated. only when this endorsement is issued subsequent to preparation of the policy.) Policy No. WC0783635 Endorsement No. Premium $ Countersigned by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM All of the terms, provisions, exclusions, and limitations of the coverage form apply except as specifically stated below. Policy Number CPP029440721 Agency Number 766330 Policy Effective Date 10-1-11 Policy Expiration/Cancellation Date 10-1-12 Date 10-1-11 Account Number 10131430 Named Insured PEPPER-LAWSON CONSTRUCTION Agency BOWEN, MICLETTE & BRITT Issuing Company AMERISURE INSURANCE 1. SECTION II - WHO IS AN INSURED is amended to add as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. The written contract or written agreement must require additional insured status for a time period during the term of this policy and be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" giving rise to a claim under this policy. If, however, "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing within 30 days from such commencement and with customers whose customary contracts require they be named as additional insureds, we will provide additional insured status as specified in this endorsement. 2. SECTION II - WHO IS AN INSURED is amended to add the following: If the additional insured is: a. An individual, their spouse is also an additional insured. b. A partnership or joint venture, members, partners, and their spouses are also additional insureds. c. A limited liability company, members and managers are also additional insureds. d. An organization other than a partnership, joint venture or limited liability company, executive officers and directors of the organization are also additional insureds. Stockholders are also additional insureds, but only with respect to their liability as stockholders. e. A trust, trustees are also insureds, but only with respect to their duties as trustees. 3. The insurance provided to the additional insured under this endorsement is limited as follows: a. That person or organization is only an additional insured with respect to liability arising out of: (1) Premises you own, rent, lease, or occupy; or (2) Your ongoing operations, unless the written contract or written agreement also requires completed operations coverage (or wording to the same effect), in which case the coverage provided shall extend to your completed operations for that additional insured. Premises, as respects this provision, shall include common or public areas about such premises if so required in the written contract or written agreement. CG 70 85 05 10 Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 2 Ongoing operations, as respects this provision, does not apply to "bodily Injury' or "property damage' occurring after: (a) All work including materials, parts or equipment furnished in connection with such work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. b. The limits of insurance applicable to the additional insured are the least of those specified in the written contract or written agreement or in the Declarations of this policy. The limits of insurance applicable to the additional insured are inclusive of and not in addition to the limits of insurance shown in the Declarations. c. The additional insured status provided by this endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement nor beyond the term of this policy. d. If a written contract or written agreement as outlined above requires that additional insured status be provided by the use of CG 20 10 11 85, then the terms of that endorsement. which are shown below, are incorporated into this endorsement as respects such additional insured, to the extent that such terms do not restrict coverage otherwise provided by this endorsement: ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract or Agreement that the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. Copyright, insurance Services Office, Inc., 1984 CG 20 10 11 85 e. The insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including but not limited to: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design specifications; and (2) Supervisory, inspection, or engineering services. f. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is deleted and replaced with the following: 4. Other Insurance. Any coverage provided in this endorsement is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the written contract or written agreement requires that this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 05 10 Page 2 of 2 12/21/2011 2:42:03 PM POLICY NUMBER CPP 029440721 COMMERCIAL GENERAL LIABILITY CG 02 OS 01 96 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mall prior written notice of cancellation or material change to: SCHEDULE 1. Name: ANY PERSON OR ORGANIZATION WITH WHOM THE INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELLATION. AS PER CERTIFICATES ON FILE WITH COMPANY. 2. Address: 3. Number of days advance notice: 60" (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsements,) "EXCEPT IN THE EVENT OF CANCELLATION FOR NON-PAYMENT OF PREMIUM FOR WHICH 10 DAYS NOTICE SHALL BE GIVEN. CG 02 05 01 96 Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 0 11/4/2011 12:08:56 PM POLICY NUMBER: CA 11100361902 COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 10 / 01 / 2 011 Named Insured: PEPPER-LAWSON CONSTRUCTION, LP Countersigned By: horized presentative) SCHEDULE Number of Days' Notice 60 Name Of Person Or Organization Address ANY PERSON OR ORGANIZATION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT REQUIRING WRITTEN NOTICE OF CANCELLATION PER CERTIFICATES ON FILE WITH COMPANY. EXCEPT 10 DAYS NOTICE SHALL HE GIVEN FOR NON PAYMENT If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. CA02440604 © ISO Properties, Inc., 2003 Page 1 of 1 ❑ WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC420801 (Ed. 7-81) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance pruvided by the policy because Texas is shown in Item 3.A, of the Information Paga, In the event of cancellation or other materiai change of the policy, we will mail advance notice to the person or organization named in thn Schedule. Tho number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or Indirectly to benefit anyone not named in the Schedule, Schedule 1. Number of days advance notice: 60 It EXCEPT IN THE EVENT OF CANCELLATION FOR NON PAYMENT OF PREMIUM FOR WHICH 10 DAYS SHALL BE GIVEN. 2. Notice will be mailed to: BLANKET This endorsement changes the policy to which it is attached and is effective on the date Issued unless otherwiso stated. (Tho information below is required only when this endorsement is issued subsequent to preparation of the policy) Endorsement Effective 10/01/2011 PofcY No, WC0783635 Insured Premium S Pepper -Lawson Construction, L.P. ',aurense Corrpany Countersigned by Amerisure Mutual Insurance Company WC 420601 (Ed. 7-841 Enoorsement No. Nut Per v6 t svry %.r rtwoedn 14-4a5E 00 70 00 - I MOBILIZATION AND REMOBILIZATION Page 1 of 3 SECTION 00 70 00 MOBILIZATION AND REMOBILIZATION PART 1- GENERAL 1.1 SUMMARY 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 all buildings and/or other facilities assembled at the Site for this Contract G. 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 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2012 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 00 70 00 -3 MOBILIZATION AND REMOBILIZATION Page 3 of 3 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 I) 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 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.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 1.1.A.3.a.2) 3) No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 TO 1.12 [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 7, 2012 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology 1 1.01 Defined Terms 1 1.02 Terminology 6 Article 2 — Preliminary Matters 7 2.01 Copies of Documents 7 2.02 Commencement of Contract Time; Notice to Proceed 7 2.03 Starting the Work 7 2.04 Before Starting Construction 7 2.05 Preconstructiou Conference 8 2.06 Public Meeting 8 2.07 Initial Acceptance of Schedules 8 Article 3 — Contract Documents: Intent, Amending, Reuse 8 3.01 Intent 8 3.02 Reference Standards 9 3.03 Reporting and Resolving Discrepancies 9 3.04 Amending and Supplementing Contract Documents 10 3.05 Reuse of Documents 10 3.06 Electronic Data 10 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 11 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 4.05 Reference Points 14 4.06 Hazardous Environmental Condition at Site 14 Article 5 — Bonds and Insurance 15 5.01 Licensed Sureties and Insurers 15 5.02 Performance, Payment, and Maintenance Bonds 15 5.03 Certificates of Insurance 16 5.04 Contractor's Insurance 18 5.05 Acceptance of Bonds and Insurance; Option to Replace 19 Article 6 — Contractor's Responsibilities 19 6.01 Supervision and Superintendence 19 6.02 Labor; Working Hours 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 6.03 Services, Materials, and Equipment 20 6.04 Project Schedule 20 6.05 Substitutes and "Or -Equals" 21 6.06 Concerning Subcontractors, Suppliers, and Others 23 6.07 Wage Rates 25 6.08 Patent Fees and Royalties 26 6.09 Permits and Utilities 26 6.10 Laws and Regulations 27 6.11 Taxes 27 6.12 Use of Site and Other Areas 28 6.13 Record Documents 29 6.14 Safety and Protection 29 6.15 Safety Representative 30 6.16 Hazard Communication Programs 30 6.17 Emergencies and/or Rectification 30 6.18 Submittals 31 6.19 Continuing the Work 32 6.20 Contractor's General Warranty and Guarantee 32 6.21 Indemnification 33 6.22 Delegation of Professional Design Services 33 6.23 Right to Audit 34 6.24 Nondiscrimination 34 Article 7 - Other Work at the Site 35 7.01 Related Work at Site 35 7.02 Coordination 35 Article 8 - City's Responsibilities 36 8.01 Communications to Contractor 36 8.02 Furnish Data 36 8.03 Pay When Due 36 8.04 Lands and Easements; Reports and Tests 36 8.05 Change Orders 36 8.06 Inspections, Tests, and Approvals 36 8.07 Limitations on City's Responsibilities 36 8.08 Undisclosed Hazardous Environmental Condition 36 8.09 Compliance with Safety Program 37 Article 9 - City's Observation Status During Construction 37 9.01 City's Project Representative 37 9.02 Visits to Site 37 9.03 Authorized Variations in Work 37 9.04 Rejecting Defective Work 37 9.05 Determinations for Work Performed 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work 38 Article 10 - Changes in the Work; Claims; Extra Work 38 10.01 Authorized Changes in the Work 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 10.02 Unauthorized Changes in the Work 10.03 Execution of Change Orders 10.04 Extra Work 10.05 10.06 Article 11- 11.01 11.02 11.03 11.04 Article 12 - 12.01 12.02 Change of Contract Time 12.03 Article 13 - 13.01 13.02 13.03 Tests and Inspections 13.04 Uncovering Work 13.05 City May Stop the Work 13.06 Correction or Removal of Defective Work 13.07 Correction Period 13.08 Acceptance of Defective Work 13.09 City May Correct Defective Work Article 14 - 14.01 14.02 14.03 14.04 14.05 14.06 14.07 14.08 Final Completion Delayed and Partial Retainage Release 14.09 Article 15 - 15.01 15.02 15.03 Article 16 - 16.01 Methods and Procedures CITY OF FORT NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 20I I 38 38 39 Notification to Surety 39 Contract Claims Process 39 Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement 40 Cost of the Work 40 Allowances 43 Unit Price Work 43 Plans Quantity Measurement 45 Change of Contract Price; Change of Contract Time 45 Change of Contract Price 45 46 Delays 47 Tests and Inspections; Correction, Removal or Acceptance of Defective Work 47 Notice of Defects 47 Access to Work 47 48 49 49 49 50 51 51 Payments to Contractor and Completion 51 Schedule of Values 51 Progress Payments 52 Contractor's Warranty of Title 54 Partial Utilization 54 Final Inspection 55 Final Acceptance 55 Final Payment 55 56 Waiver of Claims 56 Suspension of Work and Termination 56 City May Suspend Work 56 City May Terminate for Cause 57 City May Terminate For Convenience 59 Dispute Resolution 61 61 Article 17 — Miscellaneous 61 17.01 Giving Notice 61 17.02 Computation of Times 62 17.03 Cumulative Remedies 62 17.04 Survival of Obligations 62 17.05 Headings 62 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-1 GENERAL CONDITIONS Page 1 of 62 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically 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. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or 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 all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. 12. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-2 GENERAL CONDITIONS Page 2 of 62 adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. 24. 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 Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-3 GENERAL CONDITIONS Page 3 of 62 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be perfoirued by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order —A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 36. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements Sections of Division 1 of the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-4 GENERAL CONDITIONS Page 4 of 62 39. 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. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 46. Notice to Proceed --A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs Polychlorinated biphenyls. 48. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans — See definition of Drawings. 50. 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. 51. Project —The Work to be performed under the Contract Documents. 52. Project Representative —The authorized representative of the City who will be assigned to the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-5 GENERAL CONDITIONS Page 5 of 62 53. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 60. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 62. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. 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. 65. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-6 GENERAL CONDITIONS Page 6 of 62 66. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 67. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 68. Unit Price Work See Paragraph 11.03 of these General Conditions for definition. 69. 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. 70. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing. all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terns or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-7 GENERAL CONDITIONS Pagel of62 1. 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, Per form, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to staring the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-8 GENERAL CONDITIONS Page 8 of 62 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 Public Meeting Before any Work at the Site is started, Contractor shall attend 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 all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-9 GENERAL CONDITIONS Page 9 of 62 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 shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's 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 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-10 GENERAL CONDITIONS Page 10 of 62 discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. 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 famished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-11 GENERAL CONDITIONS Page 11 of 62 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 software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in 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 furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 12 GENERAL CONDITIONS Page 12 of 62 B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-13 GENERAL CONDITIONS Page 13 of 62 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 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 shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown r indicat coming d with reasonable accuracy in the Contract Documents, Contractor shall, promptly after aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-14 GENERAL CONDITIONS Page 14 of 62 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized. Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-15 GENERAL CONDITIONS Page 15 of 62 D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confum 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 affected area until after City has obtained written notice to Contractor (i) specifying been rendered suitable for the resumption under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnifr and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whore Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemni 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 Enviromnental Condition uncovered or revealed at the Site. ARTICLE 5 — BONDS AND INSURANCE Work in connection with such condition or in any any required permits related thereto and delivered that such condition and any affected area is or has of Work; or (ii) specifying any special conditions 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised; September S, 2011 007200-16 GENERAL CONDITIONS Page 16 of 62 security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-17 GENERAL CONDITIONS Page 17 of 62 Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such 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 -unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-18 GENERAL CONDITIONS Page 18 of 62 conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily 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 property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", 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 property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-19 GENERAL CONDITIONS Page 19 of 62 anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 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 construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-20 GENERAL CONDITIONS Page 20 of 62 B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-21 GENERAL CONDITIONS Page 21 of 62 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or 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. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-22 GENERAL CONDITIONS Page 22 of 62 b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shalt make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 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; c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-23 GENERAL CONDITIONS Page 23 of 62 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 shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of 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 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. City Substitute Reimbursement: 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 shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to famish or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-24 GENERAL CONDITIONS Page 24 of 62 perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority and Women Owned Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MAYBE goal, Contractor is required to comply with the intent of the City's MWBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in 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 MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities perforning or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other 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 furnishing any of the Work shall communicate with City through Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-25 GENERAL CONDITIONS Page 25 of 62 H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a fmal determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relting d to to an alleged e City or vioan lation of Section 2258.023, Texas Government Code, including a penalty ed 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 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-26 GENERAL CONDITIONS Page 26 of 62 open at all reasonable hours for inspection 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 payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all tunes. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indenn7j and hold harmless City, Aron¢ and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Worlc of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all govermnental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-27 GENERAL CONDITIONS Page 27 of 62 responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Depai lurent of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-28 GENERAL CONDITIONS Page 28 of 62 provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforns/93-fonns.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 permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-29 GENERAL CONDITIONS Page 29 of 62 notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Tnspection. 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 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-30 GENERAL CONDITIONS Page 30 of 62 prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 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. hi 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 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contact 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 Contactor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contactor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-31 GENERAL CONDITIONS Page 31 of 62 6.18 Submittals A. Contractor shall 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. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-32 GENERAL CONDITIONS Page 32 of 62 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 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall cany 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 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 fmal payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 201( 007200-33 GENERAL CONDITIONS Page 33 of 62 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 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 shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-34 GENERAL CONDITIONS Page 34 of 62 by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 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 fmal payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-35 GENERAL CONDITIONS Page 35 of 62 B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose worlc will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-36 GENERAL CONDITIONS Page 36 of 62 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 City 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. 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-37 GENERAL CONDITIONS Page 37 of 62 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative 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 determine, 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 responsibility in the Contract Documents including those set forth in Paragraph 8.07. 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 38 GENERAL CONDITIONS Page 38 of 62 9.05 Determinations for Work Peiforned Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-39 GENERAL CONDITIONS Page 39 of 62 2 changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. 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: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-40 GENERAL CONDITIONS Page 40 of 62 allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. 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 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-41 GENERAL CONDITIONS Page 41 of 62 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-42 GENERAL CONDITIONS Page 42 of 62 owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar- taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-43 GENERAL CONDITIONS Page 43 of 62 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-44 GENERAL CONDITIONS Page 44 of 62 the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-45 GENERAL CONDITIONS Page 45 of 62 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 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 estimated bid quantities are designated as fmal payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the fmal quantity as a plans quantity. E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 46 GENERAL CONDITIONS Page 46 of 62 of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 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 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.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 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Tilne A. The Contract Time may only be changed by a Change Order. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-47 GENERAL CONDITIONS Page 47 of 62 B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or acceptM 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 48 GENERAL CONDITIONS Page 48 of 62 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Depaitwent of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-49 GENERAL CONDITIONS Page 49 of 62 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 all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute 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 all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-50 GENERAL CONDITIONS Page 50 of 62 B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attomeys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-51 GENERAL CONDITIONS Page 51 of 62 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a 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, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's 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 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-52 GENERAL CONDITIONS Page 52 of 62 acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. B. Review of Applications: 1. 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-53 GENERAL CONDITIONS Page 53 of 62 determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or 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 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8,2011 007200-54 GENERAL CONDITIONS Page 54 of 62 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 written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contactor 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. 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately 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 determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-55 GENERAL CONDITIONS Page 55 of 62 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for fmal payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to fmal payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-56 GENERAL CONDITIONS Page 56 of 62 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 shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so 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 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contact Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all 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 all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September S, 2011 007200-57 GENERAL CONDITIONS Page 57 of 62 by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify 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 MWBE ordinance established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-58 GENERAL CONDITIONS Page 58 of 62 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and fmish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is 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 shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 00 72 00 - 59 GENERAL CONDITIONS Page 59 of 62 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 terminated if Contractor begins within seven days of receipt of notice of intent to terminate to coned its failure to perforul and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the tennination 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. 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 shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. ternnate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-60 GENERAL CONDITIONS Page 60 of 62 a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. 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. F. 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 shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attiibutable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-61 GENERAL CONDITIONS Page 61 of 62 on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: 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 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007200-62 GENERAL CONDITIONS Page 62 of 62 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 shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 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 Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: September 8, 2011 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 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-1.01A, "Defined Terms" Add the following definition: 72. Consultant — Freese and Nichols, Inc., 4055 International Plaza, Suite 200, Fort Worth, Texas 76109. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over standard details. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of September 9, 2011: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER TARGET DATE OF POSSESSION NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 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. SC-4.01A.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 March 9, 2012: EXPECTED UTILITY AND LOCATION TARGET DAIb OF OWNER ADJUSTMENT NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. All relocations shall be done by the Contractor for this project. Known utility relocations are identified within the Contract Documents. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Village Creek Deep Bed Media Filter Modifications Geotechnical Investigation SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-4.06G., "Hazardous Environmental Conditions at Site" On the first sentence of the paragraph, add the following words after the word "City": "and its Consultant". SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Freese and Nichols, Inc. (3) Other: None CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 007300-3 SUPPLEMENTARY CONDITIONS Page3 of 6 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 limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each ernployee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 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 GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., 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 are at least: S250,000 Bodily Ijuryperperson/ $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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: $Confirtn Limits with Railroad (2) Each Occurrence: $Confirm Limits with Railroad Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has famished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over hacks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 4 for the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 SC-6.05D., "Special Guarantee" On the second sentence of the paragraph, add the following words after the word "City": "and its Consultant'. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2009 Prevailing Wage Rates for City -Awarded Public -Works Projects (Approved on 8/17/2010) SC-6.08B., "Patent Fees and Royalties" On the first sentence of the paragraph, add the following words after the word "City": "and its Consultant'. SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: The City has already applied for the building permits for this project. The Contractor shall coordinate with the Pre -Development Department prior to construction of the project. SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: NONE SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of May 25, 2012: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.12A.4., "Limitation on Use of Site and Other Areas" On the first sentence of the paragraph, add the following words after the word "City": "and its Consultant". SC-6.Z1A., "Indemnification" On the first sentence of the paragraph, add the following words after the word "employees": "and its Consultant'. SC-6.21B., "Indemnification" On the first sentence of the paragraph, add the following words after the word "employees": "and its Consultant'. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor NONE Scope of Work Coordination Authority SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: Freese and Nichols, Inc. 4055 International Plaza, Suite 200 Fort Worth, Texas 76109 SC-13.03C., "Tests and Inspections" None SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CAPITAL PROJECT NO. 01628 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates Appendix A — Owner Selected Electric Motor Actuators for Valves Appendix B — SCADA System Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 405S lnternationa1 Pfaza, Sulte 20G a Fort Worth, Texas 76109 . 817-735-7300+ fax 817-735-7491 TO CC: FROM: SUBJECT: David Jackson, P.E.; Matt Jalbert, P.E. Project File-- FTW11104 Micah Hargrave, E.I.T.; Mike Shiflett, P.E. Village Creek Deep Bed Media Filter Modifications Geotechnical Investigation DATE: January 4, 2012 .. * • •/l [(..'. t(,3O S •�l l.o. M.M. SHIFLETT ,it .. 666666'Wi.lfil.iir.i4� 4i �>� 43763 ;�'z�'..i iti'"•'•C/CpI5�4 `t'" FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144 r.��.(ijI1 This memorandum summarizes the results of the geotechnical investigation for the proposed improvements at the City of Fort Worth's Village Creek Wastewater Treatment Plant (WWTP) as part of Freese and Nichols, inc. (FNI) Village Creek Deep Bed Media Filter Modifications project. This work was provided as part of FNI project number FTW11104, authorized by the contract with the City of Fort Worth, dated January 25, 2011. PROJECT DESCRIPTION AND PURPOSE The City of Fort Worth plans to make improvements at the existing Village Creek WWTP, located north of the intersection of NW Green Oaks Boulevard and Wilma Lane in Fort Worth, Texas. The proposed improvements will include the construction of a new Motor Control Center (MCC) Building and a foundation pad for Air Scour Blowers. The purpose of this investigation is to provide recommendations for use during the design and development of project plans and specifications relating to the proposed improvements. This investigation was conducted according to the following abbreviated scope: a Select appropriate geotechnical boring locations, drill borings to obtain samples for observation and testing, and observe subsurface conditions • Select samples for laboratory testing to determine soil classification and engineering properties of the subsurface Evaluate and analyze the data collected and provide a summary memorandum SUBSURFACE INVESTIGATION Subsurface conditions were explored by drilling and sampling three (3) geotechnical borings with a truck - mounted CME 75 drilling rig. Borings 1 and 2 were drilled within the vicinity of the proposed MCC Building, and Boring 3 was drilled within the vicinity of the proposed location of the Air Scour Blowers. The borings were Village Creek Deep Bed Media Filter Modifications Geotechnical Investigation January 4, 2012 Page 3 of 7 material according to the Unified Soil Classification System. Atterberg limits tests performed on the moderately to highly plastic clay indicated liquid limits ranging from 19 to 52 and plasticity indices ranging from 8 to 31. Unconfined compressive strength tests performed on the clay material resulted in values ranging from 0.4 to 13.2 tons per square foot (tsf). Groundwater levels in the borings were monitored during the drilling operations. Groundwater was only encountered in Boring 3 at about 27 feet bgs at the time of drilling (AID). The observation of groundwater during this investigation is only indicative of conditions at the time and place indicated and does not preclude the possibility of seepage or groundwater at depths beyond those encountered in Borings 1 and 2. A detailed groundwater study was not performed as part of this investigation, and long term observations would be necessary to accurately evaluate groundwater levels and fluctuations. ANALYSIS AND DISCUSSION Motor Control Center Building The MCC Building will consist of a 25- by 50- foot prefabricated metal building with metal clad and no additional veneer. The building will be used to house electrical control equipment and is not expected to contain or store heavy -weight equipment or materials, and thus will not transmit heavy or extensive loads to the underlying soils. The proposed location positions the majority of the building where a decommissioned chlorine monorail system and an adjacent pad lies. The monorail system consists of monorail supports, a cylinder cart foundation pad, and a concrete walkway. The existing monorail system and pad are scheduled to be removed before the construction of the MCC building. See the photographs included with this memorandum for clarification regarding these existing structures. The removal of the monorail system and pad will expose a portion of the subgrade beneath the proposed MCC Building and require fill material to raise the grade to the necessary design elevation. According to existing design drawings, the monorail system is supported on concrete bases and one vertical and one battered drilled shaft. It is not necessary to completely remove the existing shafts; however, the shafts should be cut off within the footprint of the proposed MCC Building and should be removed to allow a minimum of 2 feet below the bottom of new foundation. It is anticipated that the existing adjacent pad is relatively shallow and should be completely removed. An undercut of at least 2 feet below the bottom of the existing pad should be provided within the footprint of the proposed MCC Building. It should be noted that the thickness of the pad is unknown and an overall minimum undercut of 3 feet should be provided. This undercut will allow for the placement of a soil building pad Village Creek Deep Bed Media Filter Modifications Geotechnical Investigation January 4, 2012 Page 5 of 7 A slab -on -grade foundation system with turned -down grade beams or a thickened slab may be considered to support the Air Scour Blowers. The supporting grade beams or thickened slab for this structure should be placed entirely within compacted select fill. In addition to the select fill being 3 feet thick or more, the select fill should extend a minimum of 8 inches below the bottom of the grade beams or thickened slab. The foundation system may be designed using a net allowable soil bearing pressure of 1000 psf or less when bearing directly on properly compacted fill. The allowable bearing capacity includes a factor of safety of at least 3. As depicted in Figure 1 and discussed in the preceding paragraphs, if an at -grade supported foundation is used for the blower, it appears that most if not all of the slab will be supported in fill. Part of the slab will extend over the filter effluent channel, and a portion of the slab will extend over deep backfill next to the filters. This variation in depth of backfill results in a portion of the blower slab being supported upon about 6%z feet of fill, while the other portion of the slab may be upon as much as 25%2 feet of fill. The soils recovered in Boring 3 indicate that the upper 10 feet of material is very stiff to hard clay and transitions into softer soil with increasing depth, Therefore, if a shallow foundation system is used, the designer might anticipate some amount of differential movement across the slab, which would be associated with the distinctly different depths of fill. This fill variation is the reason that a minimum 3-foot select fill pad as well as the relatively light net allowable unit foundation Toad of 1000 psf has been recommended. It should be noted that although Boring 3 was drilled within the vicinity of the proposed Air Sour Blowers, this sampling constitutes a small percentage of the foundation area. The recommended undercut is a critical component in the construction process not only for reasons already mentioned but will also allow the exposed supporting subgrade to be fully observed to verify its suitability. An alternative to the slab -on -grade foundation would be a slab supported upon drilled shafts. The slab would be cantilevered over the filter effluent channel, and the shafts would be drilled to an elevation below the bottom of the channel (elevation 446.4 feet). Boring 3 encountered soft, wet soils near elevation 446, and therefore, drilled shafts should extend below elevation 438 feet, which would require deep shafts. Boring 3 did not encounter material suitable for support of drilled shafts. If during design it appears that a deep foundation system is needed, please call us so that we can discuss the technical needs and coordinate additional subsurface exploration. It is important that the City of Fort Worth be fully aware of the potential for differential settlements as discussed in the previous paragraphs. Other foundation systems, such as the deep foundation discussed, could be designed to support the Air Scour Blowers and reduce the possibility of differential settlements; however, the shallow foundation that has been recommended is a preferred cost effective approach. Village Creek Deep Bed Media Filter Modifications Geotechnical Investigation January 4, 2012 Page7of7 compacted to at least 95 percent of maximum dry density at a moisture content ranging from two percent below to three percent above optimum moisture content as determined by ASTM D698, Standard Proctor. Seismic Site Class Seismic designs in Texas are typically based upon the criteria established in the 2006 International Building Code (IBC). The seismic design is based upon the Site Class, as defined in Sections 1613.5.2 and 1613.5.5. Based on the results of the site specific borings and our experience with the local geologic conditions, the average subsurface conditions correspond to Site Class "C." Surface Drainage Proper drainage is a critical component to the continued satisfactory performance and condition of the proposed structures. The finished grade should slope away from the structures on a sufficient grade to allow any surface water to drain away from the structure and not stand or pond adjacent to the structure. Positive surface drainage should be maintained throughout construction and the life of the structure. If water is allowed to collect next to or below the structures, then undesirable soil movements can occur and could potentially damage the structures. LIMITATIONS This technical memorandum has been prepared for FNI and/or FNI's project team. The usual loss prevention language has not been included, nor does the memorandum include detailed descriptions and information intended to support design recommendations or guide designers with limited experience or resources. The conclusions, recommendations, and opinions contained in this memorandum are based on our field observations and subsurface explorations, limited laboratory tests, and our present knowledge of the proposed construction. It is possible that conditions could vary between or beyond the data collected; however, significant variations in soil properties from those encountered in this investigation are not expected. If conditions are encountered during construction that are notably different from those described in this memorandum, we should be immediately notified and requested to observe those conditions. - END OF MEMORANDUM -- Photographs FREE SE ?NICHOI.S PHOTO LOG CLIENT City of Fort Worth PROJECT LOCATION Fort Worth, Texas FNI PROJECT No. FTW 11104 PHOTO NO. 1 DESCRIPTION: Looking north/northeast PHOTO No. 2 DESCRIPTION: Looking west at Boring B-1. Existing pad in foreground. 1 Boring Location Plan 6 BORING NUMBER LATITUDE LONGITUDE 8-1 32.7760336 -97.1460210 8-2 32.7760732 -97.1458528 8-3 32.7754811 -97.1456796 BORINGS DRILLED NOVEMBER 2011 GEOTECHNICAL BORING PROPOSED AREA OF AIR SCOUR BLOWERS INCINERATOR BUILDING PROPOSED AREA OF MOTOR CONTROL CENTER BUILDING B-1 SERVICE WATER PUMP STATION r_; Ti I It — 1L: CHLORINE STORAGE FILTER EFFLUENT CHANNEL FILTER GALLERY BELOW 1 —�ii 1'' it vie- -�li( I �- _F IJ W 11 WaIL._.W 1 _tL-1 f---1 11 jj I' I EC::_ LH I 1 ._ EL _� p _;. I' ;— O, ,I: ! �11 Is 1 :O - '1 N I < II/,. .M :1 N _ - :I I: cc: 1: ,�� � `:1( i- r (-� j 11 - ^11��__ �11� 1: O—i li 1-0--`1: 6 1: --O �:1i.0. iP ---O' -O H -o �j:l f—O--1'-0—, 11 Z j I: _Z Z II ___Z 11 z 1 Z if Z 11 Z .II SiZ 1 Z H Z I 11 1111 If , j f 1 11 iilrII I 1 11 li x c-iz--r --. _am". j -tom' �Tr 8-3s : fi 1 11; PLANT MAKE-UP WATER PUMP STATION PRESSURE RELIEF VALVE VAULT EX-24-WW-RCC n L 1 hi -Ti- `�c i lilt tIII____ 4 __.i( ! ce 011 ix III K 1111 ¢ If J—+rz . �, _—,; iI f' F-mil_ Jit-- C:T 12 it -Y eua >z<. I F LTER CONTROL 1 BUILDING NO.1 1; I1 11 11 II LB 2 II ri 11. ELECTRICAL PAD ��oDl \� UV DISINFECTION SYSTEM EX-24-SW-DI FROM SERVICE WATER PUMP STATION — 4 trz- TO CHLORINE CONTACT BASINS . 1:ll 1 l( _. K IJ r—W --- . _J 1: J L_ -L- aRril 7r~ 11 )C— tr,f L Ins FILTER INFLUENT CHANNEL LE i �1 t1 1 1 1 TO CHLORINE CONTACT BASINS o ij ?8 Dole: Jon 10. 2012 - 2:26om User: ma. File: N:\wr\Geoiech\GV-ALL-PL-SITE-LOC.Jwo ) CITY OF FORT WORTH, TEXAS MODIFICATIONS W J Li 0 W 0- W W 0 W W 0 W —JJ W iss BORING LOCATION PLAN r- 0 10' 20' 40' SCALE IN FEET n ry a z SHEET 1 SEE. Boring Logs BORING LOG LEGEND AND NOMENCLATURE U — Undisturbed Sample A — Auger Sample CS —Continuous Sample RC — Rock Core pbbronattons�� SPT — Standard Penetration Test TCP—Texas Cone Penetration CFA—Continuous Flight Auger HSA Hollow Stem Auger TV —Torvane NP — Non Plastic ATD — At Time of Drilling AD — After Drilling notai'Cerr Term Description Blow Counts Recovery Results from either the Standard Penetration Test (SPT) or the Texas Cone Penetration (TCP) test. Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a percentage) Rock Quality Designation (RQD) Cumulative length of unfractured pieces of core material more than 4 inches in length divided by the total length of material cored (expressed as a percentage) Description cons st Compressive Strength Criteria wive 5ii Very Soft Soft Medium Stiff Stiff Very Stiff Hard < 0.25 tsf >_ 0.25 and < 0.5 tsf a 0.5 and < 1.0 tsf >_1.0and <2.0tsf a 2.0 and < 4.0 tsf 4.0 tsf Sample sags under its own weight and is easily deformed Easily pinched between fingers and remolded with light finger pressure imprinted easily with fingers and remolded with firm finger pressure Imprinted with strong finger pressure or indented easily with fingernail Light imprint from finger or light indent with fingernail Difficult to indent with fingernail anent Densi hlesionl:ess Description SPT Blow Count Texas Cone Blow Count Very Loose Loose Medium Dense Dense Very Dense 0-4 >4-10 > 10-30 > 30 -- 50 > 50 0--8 > 8 — 20 >20to80 80 to a 5" 0"to<5" StructU Description Criteria Stratified Laminated Fissured Slickensided Blocky Lensed Homogenous Alternating layers of varying material/color with layers a 1/4-inch thick Alternating layers of varying material/color with layers < 1/4-inch thick Breaks along definite planes with little resistance Fracture planes appear polished or glossy; shows movement direction Cohesive soil that can be broken into small, angular lumps Inclusion of small pockets of soil that is different from dominate type Same color and appearance throughout ure t. Description Criteria Dry Moist Wet Absence of moisture, dusty, dry to the touch Damp but no visible water Visible free water Textural Item Textural A Description Pit Vug Cavity Honeycomb Vesicle Pinhole sized openings Small openings up to 4 inches in size Opening larger than 4 inches Numerous and grouped pits and vugs Small openings in volcanic rocks implogaFREESE WM NICHOLS Page 1 of 2 Copyright Freese and Nichols, Inc. 2011 F EESE INICHOIS LOG OF BORING NO. B-1 (11-2011) Project Description: Village Creek Deep Bed Media Filter Modifications Project Location: Fort Worth, Texas Date Drilling Started: 11/28/2011 Logged By: MH Drilling Co.: Texplor of Dallas, Inc. Rig Type: CME 75 Hammer Type: Automatic Northing/Latitude: 32.7760336 Easting/Longitude: -97.146021 Project No.: FTW11104 Phase No.: Date Drilling Completed: 11/28/2011 Drill Method: CFA Hammer Wt. & Drop: 170 Ib.; 24 in. Elevation: 472.1 ft. SAMPLE ua a. BLOW COUNTS 5 U-1 U-2 U-3 U-4 U-5 U-6 U-7 U-8 U-9 10 15 U-10 U-11 20 25 U-12 U-13 30-- LI. I Lan W 1.... a 0 La CC a. w CC F. ❑ W 0 0 [%1 a2 o cc cd w 1- 4.5+ 4 3.25 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 3.5 2.5 83 83 100 100 100 100 67 100 92 83 78 81 86 MATERIAL DESCRIPTION WATER CONTENT, LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX ELEVATION, ft LEAN to FAT CLAY (CL/CH), dark gray with brown laminations, very stiff to hard, moist, with occasional calcareous gravel and roots - occasionally stained with iron oxide below 9 feet LEAN CLAY (CL), yellow -brown, very stiff to hard, moist, with sand - with occasional black mottles below 18.5 feet Total boring depth 25.0 ft. 13.5/458.6 24 17 15 15 15 18 102 112 117 116 117 113 97 97 78 52 47 29 21 20 12 31 27 17 2.3 8.4 —467 13.2 5.4 —462 2.4 —457 4.1 —452 447 —442 Water Observations: None at ATO at at Remarks: Boring advanced with continuous flight augers. Boring dry during drilling and sampling. Backfilled upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs Sheet 1 of 1 are subject to the limitations, conclusions, and recommendations in the associated report. FREESE: rUICHOLS Project Description: Village Creek Deep Bed Media Filter Modifications Project Location: Fort Worth, Texas Date Drilling Started: 11/28/2011 Logged By: MH Rig Type: CME 75 Northing/Latitude: 32.7754811 w a. a w w L U-1 u-2 U-3 U-4 5— U-5 U-6 U-7 U-B 10- 15 U-9 U-10 20 25 30 U-1Z Li- 13 35 U-13 BLOW COUNTS SAMPLE �+ r ur aw z Li" 2 x0 cc F- 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 3 2.5 1.25 RECOVERY (%) 88 100 96 1.75 92 63 71 100 54 63 94 100 100 94 83 a Cf x Water Observations: 27 ft LOG OF BORING NO. B-3 (11-2011) Drilling Co.: Texplor of Dallas, Inc. Hammer Type: Automatic Easting/Longitude: -97.1456796 MATERIAL DESCRIPTION LEAN CLAY (FILL), dark gray, very stiff to hard, moist, with sand and occasional subrounded gravel Q - clayey, light brown from 6.5 to 7.5 feet - sandy below 7.5 feet - dark brown and yellow -brown, soft to medium stiff, sandy from 13.5 to 15 feet - gray and light brown from 18.5 to 20 feet LEAN CLAY (CL), light brown with light gray, stiff to very stiff, moist, with sand, silty - soft below 34 feet Total boring depth 35.0 ft. Project No.: FTW11104 Phase No.: Date Drilling Completed: 11/28/2011 Drill Method: CFA Hammer Wt. & Drop: 170 Ib.; 24 in. Elevation: 473.0 ft. 235/449.5 WATER CONTENT, 12 13 18 18 14 12 19 20 22 119 110 120 113 113 111 75 94 53 77 LIQUID LIMIT 38 42 19 30 PLASTIC LIMIT 15 17 11 13 PLASTICITY INDEX 23 25 8 17 z 0 w w 6.3 —468 3.8 - --463 0.5 M 2.4 1 —458 — 453 —448 --443 0.4 438 at ATD at at Remarks: Boring advanced with continuous flight augers. Boring encountered water at 27 feet during drilling. Backfilled upon completion. The stratification lines represent approximate strata boundaries. In situ, the transition may be gradual. These logs are subject to the limitations, conclusions, and recommendations in the associated report. Sheet 1 of 1 Summary of Laboratory Test Results GEOTECHNICAL INVESTIGATION REPORT NO. 11553 VILLAGE CREEKWWTP SUMMARY OF INDEX PROPERTIES BORING DEPTH LIQUID PLASTIC NUMBER (ft.) LIMIT INDEX (%) 2.0 - 3.0 1 4.0 - 5.0 1 7.0--8.0 1 9.0 -10.0 1 13.5 --15.0 1 18.5 - 20.0 DUW FINER MOISTURE UNIFIED SOIL (pc #200 CONTENT CLASSIFICATION (%) (%) 101.7 23.9 52 31 111.5 97.4 17.0 CH 47 27 116.7 97.0 15.3 CL 116.1 15.2 29 17 116.5 77.9 15.2 CL 113.1 18.0 2 1.0 - 2.0 46 28 94.0 24.1 CL 2 5.0 - 6.0 101.8 23.3 2 9.0 - 10.0 50 30 102.1 97.2 23.4 CH 2 13.5 -- 15.0 34 19 109.2 79.4 17.4 CL 2 18.5-20.0 112.8 18.0 3 2.0 - 3.0 118.8 12.4 3 3.0 - 4.5 38 23 74.6 13.3 CL 3 5.5 --- 6.5 110.3 17.9 3 6.5 - 7.5 42 25 94.0 17.8 CL 3 13.5-15.0 19 8 119.8 53.1 13.8 CL 3 18.5--20.0 12.0 3 23.5 - 25.0 113.3 19.4 3 28.5 - 30.0 30 17 113.0 77.4 19.7 CL 3 34.0 - 35.0 111.4 22.2 HENLEY JOHNSTON & ASSOCIATES, INC. engineering geoscience consultants Plate 2 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Silly 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 I GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 ti\ Li lL , ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Pepper -Lawson Construction, LP Check applicable block to describe prime PROJECT NAME: Village Creek WRF Deep Filters 1-20 Modifications M/W/DBE NON-MIW/DBE BID DATE 23-August-201 2 City's MIWBE Project Goal: 12 % Prime's M/WBE Project Utilization: 12 % PROJECT NUMBER Capital Project No. 01628 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m: five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MNVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing _misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification meansthose firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with MinoritylWomen Business Enterprise (MIWBE). If hauling services are utilized, the prime will be given credit as long as the MIWBE. listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MIWBE may lease trucks from another MIWBE firm, including MIWBE owner -operators, and receive full MIWBE credit. The MIWBE may lease trucks from non-MIWBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the MIWBE as outlined in the lease agreement. Rev. 5/30/03 SORT WORN ATTACHMENT IA Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MIWBEs. Please list M/WBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Triton Supply, Inc. 2241 Valwood Pkwy #200 Farmers Branch, TX 75234 P: 214-382-4662 F: 214-382-4663 H&H Restoration, Inc. P.O. Box 171317 Arlington, TX 76003 P: 817-460-2266 F: 817-460-9467 Certification (check one) M W B B E E 2 n d T X 0 T X Cowtown Redi Mix P.O. Box 162327 Arlington, TX 76161 P: 817-759-1919 F: 817-759-1716 X Anderson Asphalt & Concrete Paving, LLC P.Q. Box 541704 Dallas, TX 75354-1704 P: 214-352-3400 F: 214-352-3402 Treatment Equipment Co. 6220 Campbell Road, Suite 101 Dallas, TX 75248 P: 972-931-1116 F: 972-931-0103 1 I I Texsun Electrical 4546 Mansfield Hwy Fort Worth, TX 76119 P: 817-535-4802 F: 817-535-8647 0 n M W B E; Detail Subcontracting Work Concrete Restoration X X Detail Supplies Purchased Electrical Gear Asphalt Paving Dollar Amount Concrete & Grout Materials Electrical and Controls Treatment Equipment Purchase $70,000 $33,000 $2,990,000 $2,950,000 Rev. 5/30/03 FORT WORTH ATTACHMENT 'IA Page 3 of 4 •i.e.. Minority. Women and non-MIWB Please list MIWBE firms first, use additional sheets if necessary. SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Certification (check one) N ° n M W B E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount T i a r 1 m BB EEC W N C T R A T X p p T Smith Pump Co., Inc. 4624 MLK Freeway Fort Worth, TX 76119 P: 817-589-2060 F: 817-589-4900 1 s t X Pump Purchase $1,900,000 Sequin Fabricators, Ltd P.O. Box 1230 Seguin, TX 78153-1230 P: 830-379-4129 F: 830-379-0685 1 s t - X Miscellaneous Metal Supplier $175,000 Dobbs Coating Systems 1888 Mineral Wells Hwy Weatherford, TX 76088 P: 817-341-1777 F: 817-342-1797 1 s t • . X Coatings $50,000 Suburban Heating & Air Conditioning 3918 Peachtree Street Dallas, TX 75227 P: 214-381-1127 F: 214-381-1184 1 s t X HVAC $25,000 ev. FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MIWBE Subcontractors/Suppliers 1,953000 Total Dollar Amount of Non-MfWBE Subcontractors/Suppliers $ 8,090,000 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 10,043,000 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MIWBE goal If the detail explanation is not submitted, it will affect the finial compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WIDBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the MIW/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in CitY,weFk4or a period of time not less than one (1) year. Authorized Signature North Texas Regional Manager Title Pepper -Lawson Construction, LP Company Name 4555 Katy Hockley Cut -Off Road Address Katy, Texas 77493 City/State/Zip Bart Adams Printed Signature Bark Adams Contact Name/Title (if different) (817) 789-0832 MIDI Telephone and/or Fax BAdams@pepperlawson.com E-mail Address 27-August-2012 Date Rev. 5/30/03 FORT WORTH City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 1B Page 1 of 1 PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: City's MIWBE Project Goal: PROJECT NUMBER MIWIDBE NON-MIWIDBE BID DATE If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this forp'. in its'entlrety and be receivedby the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considerednon-responsive tobid specifications.: Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Wilt you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. YES NO YES NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original MIWBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Printed Signature Contact Name (if different) Phone Number Fax Number Address Email Address CitylStatelZip Date Rev. 5/30103 DIRT WORTH City of Fort Worth Good Faith Effort Form ATTACHMENT 1 C Page 1 of 3 PRIME COMPANY NAME: PROJECT NAME: Check applicable block to describe prime MAN/DBE NON-MAN/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER if you have failed to secure MIWBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is Tess than the City's project goal, you must complete this form. If the bidder's method of compliance with the MIWBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with_ supporting documentation, and received by .the Managing Department on or before 5:00 p.m five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications..', 1.) Please list each and every subcontracting and/or supplier opportunity' for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2nd tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 ATTACHMENT 'IC Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MIWBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional andlor knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MIWBE(s) listed was/were contacted in good faith. It is understood that any MIWBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MIWBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05/30/03 Name of City project: Joint Venture Page 1 of 3 CITY OF FORT WORTH Joint Venture Eligibility Form All questions rust be answered use "NA" if applicable. I. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: A joint venture form must be completed on each project RFPBid/Purchasing Number: Facsimile: E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm name: Business Address: City, State, Zip: Telephone Cellular Facsimile Certification Status: E-mail 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Non-M/WBE firm name: Business Address: City, State, Zip: Telephone Cellular E-mail address Facsimile Describe the scope of work of the non-M/WBE: Rev. 5130/03 Joint Venture Page 3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of M/VISE firm Name of non-M/WBE firm Printed Name of Owner Signature of Owner Printed Name of Owner Signature of Owner Title Date Printed Name of Owner Signature of Owner Printed Name of Owner Signature of Owner Title Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rev. 5130103 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on .8/17/2010 DATE: Tuesday, August 17, 2010 REFERENCE NO.: **C-24396 LOG NAME: 20PREVAILING WAGE RATES SUBJECT: Adopt 2009 Prevailing Wage Rates for City -Awarded Public -Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2009 prevailing wage rates for City -awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify in the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders & Contractors (ABC) and the American Sub -Contractors Association (ASA) conducts a wage rate survey for North Texas construction. The attached 2009 Prevailing Wage Rate Data was compiled from that survey. FISCAL INFORMATION 1 CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. FUND CENTERS: TO FundlAccountfCenters FROM FundlAccountlCenters CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: Fernando Costa (6122) William Verkest (7801) Eric Bundy (7598) ATTACHMENTS 1. Prevailing Wades adopted6-10.xls (Public) T,n'name: 2SPRWATT INO WA (TR R ATF.S Ana.... 1 of 1 Metal Building Assembler Helper $12.0D $1.56 $0.63 $0A0 $14.19 Painter $12.57 $0.69 $0.02 $0.09 $13.37 Painter Helper $9.98 $0.61 $0.02 $0.09 $10.70 Pipefitter $21.14 $0.90 $0.13 $0.45 $22.59 Pipefitter Helper $14.92 $0.58 $0.11 $0.23 $15,82 Plasterer $17.24 $0.05 $0.00 $0.00 $17.30 Plasterer Helper $12.85 $0.05 $0.12 $0.43 $12.90 Plumber $20.33 $0.69 $0.12 $0.43 $21.56 Plumber Helper $14.95 $0.95 $0.11 $0.00 $16.42 Reinforcing Steel Setter $13.01 $0.36 $0.07 $0.23 $13.67 Reinforcing Steel Setter Helper $11.19 $0.25 $0.05 $0.16 $11.64 Roofer $16.78 $1.25 $0.23 $0.17 $18.43 Roofer Helper $12.33 $1.25 $0.23 $0.17 $13.98 Sheet Metal Worker $17.49 $0.97 $0.10 $0,51 $19.06 Sheet Metal Worker Helper $14.16 $1.40 $0.17 $0.44 $16.15 Sprinkler System installer $19.17 $1.68 $0.33 $0.33 $21.52 Sprinkler System Installer Helper $14.15 $1.50 $0.00 $0.50 $16.07 Steel Worker Structural $19.28 $1.37 $0.55 $0.12 $21.32 Steel Worker Structural Helper $13.74 $1.37 $0.39 $0.09 $15.59 Concrete Purnp $18.50 $0.00 $0.00 $0.00 $18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $17.81 $1.30 $0.12 $0.24 $19.48 Forklift $12.96 $0.42 $0.04 $0.08 $13.50 Foundation Drill Operator $22.50 $0.00 $0.00 $0.00 $22.50 Front End Loader $13.21 $0.36 $0.06 $0.17 $13.79 Truck Driver $15.21 $0.65 $0.06 $0.19 $16.11 Welder $17.81 $0.92 $0.12 $0.30 $19.15 Welder Helper $12.55 $0.75 $0.00 $0.33 $13.64 Appendix A - Owner Selected Electric Motor Actuators for Valves THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 A APPENDIX A OWNER SELECTED ELECTRIC MOTOR ACTUATORS FOR VALVES 4055 international Plaza, Suite 200 + Fort Worth, Texas 76109 • 817-735-7300 • fax 817 735-7491 Practical results. Outstandiing service www.freese.com June 12, 2012 Joe Etchegaray Municipal and Industrial Automation, Inc. PO Box 2231 Mansfield, TX 76063 RE: Motorized Valve Actuators Village Creek Water Reclamation Facility Deep Filters 1-20 Modifications City of Fort Worth Dear Mr. Etchegaray: The City of Fort Worth desires to sole -source the motorized valve actuators and appurtenances for the .above referenced project and to pre -negotiate a quote for this equipment. The motorized valve actuators and appurtenances assoeiated with specification Section 40 92 13 will be included in the bid proposal as one base bid allowance item. The scope of your work shall be to furnish the motorized valve actuators and appurtenances identified in specification Section 40 92 13, related sections and in accordance with the terms and conditions of the final advertised Contract Documents. The quote also includes delivery of the equipment described above F.O.B. to the City of Fort Worth Village Creek Water Reclamation Facility. We request that you provide us with a quote for the equipment and services required for this project, document your terms and conditions for delivery and provide a signed notification from the manufacturer (Rotork International) that pricing and delivery terms that you quote will be valid for the time frames described below. This will allow us to indicate to the general contractor the price for your material and services to include with the totn1 bid. Your quote shall consider the terms and conditions set forth in the Contract Documents. 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.fortworthgov,org/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Bh»7saw site. The Contract Documents may be downloaded, viewed, and printed. Municipal and Industrial Automation, Inc. will furnish all required motorized valve actuators and appurtenances and all associated services as described above and in the Contract Documents and shown in the table below. Rotork Sole Source Letter to MIA June 12, 2012 Page 3 of 4 Acknowledgement Before me, the undersigned authority, a Notary Public in and for the State oriowax, , on this day personally appeared Joe Etchegaray, Municipal and Industrial Automation, Inc., known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that. he executed same for and as the act of Municipal and Industrial Automation, Inc. for the purposes and consideration herein expressed and in the capacity therein stated. Given under my hand and seal of office on this p6 day of (SEAL) � YAUg1 Wendy Doran * Notary Public State of Texas My Comm. Exp. 4/30/16 My Commission Expires: /3c/1 6 2012. ��I Not Pu is ' and for The State of 1M) DoeAtJ Notary's Printed Name Please return this form with signature and spaces filled in to Freese and Nichols to the attention of Mr. David R. Jackson, at 4055 International Plaza, Suite 200, Fort Worth, TX 76109 prior to August 20, 2012. This letter, along with any additional information or attachments (such as your standard terms and conditions), will be included in Appendix A of the Contract Documents. Please also complete the attached. Non -Collusion Affidavit and return with this letter. Please call if you have any questions. Sincerely, Freese and Nichols Inc. David R. Jac Project Man P.E., BCEE M I A, Inc. MUNICIPAL & INDUSTRIAL AUTOMATION SPECIALISTS June 27, 2012 To: David Jackson, P.E., BCEE Freese and Nichols, Inc. Fr: Joseph G. Etchegaray Municipal & Industrial Automation, Inc. Re: City of Fort Worth — Village Creek WRF Deep Bed Media Filters Mods Mr. Jackson, I respectfully offer my quotation for the Rotork Controls Inc. IQ Pro Series actuators for the above stated project, per the written specification provided to me by your office. The pricing for the (85) defined actuators will be, $881,928.00. The pricing includes the following: (85) Rotork Series IQ Pro actuators, per the attached spreadsheet (5) Year warranty to be provided by Rotork Controls Inc., Houston, TX Specification required multi -pen connectors and disconnects. Installation of multi -pen connectors in the field by Rotork technicians Start-up of actuators by Rotork technician as the project progresses Final commissioning of the actuators upon final installation Factory O&M manuals. • Delivery of the actuators will be 16 to 18 weeks after approved submittal. • Inbound freight to the awarded valve manufacturer is included in total pricing. • All required mounting hardware to install the actuator to the valve, to include the machining of the stem bushings, shall be the responsibility of others. • Terms shall be negotiated with the awarded Contractor. Regards, Jo ph G. Etchegaray resident i. r. __. nn'f y wr_..�r_�� mV' �rtnso 9e ICn 71,I 1y'17 * .....rl...s....+,.J.... nn... July 13, 2012 To Whom It May Concern: Please be advised that with regards to the City of Fort Worth - Village Creek Project, Rotork will: 1. Work with M.T.A. and protect the Fort Worth contracted price 2. Provide a 5 year warranty as long as start-up is performed by Rotork Site Services technicians 3. Support M.LA. through the duration of the project We recognize that M.I.A.'s contract with the city expires on July 19th, 2012 and the rules of this engagement are subject to re -negotiation at that time. Should any concerns remain, please do not hesitate to contact the Houston office at the above address and/or telephone number. Best regards, C„„AA Chris Carlisle Gulf Coast Sales Manager rotorif Controls Rotork Controls, Inc. 1811 Briltmoore Suite 100 Hammerly Business Park Houston, Texas 77043 tel: +1 713 856 5640 fax: +1 713 856 8127 www.rolork.com info@rotork.com Appendix B — SCADA System Improvements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VILLAGE CREEK WRF DEEP FILTERS 1-20 MODS. CITY PROJECT NO. 01628 A APPENDIX B SCADA SYSTEM IMPROVEMENTS 4055 internatio;jai Plaza, Suite 20a • Fort worth; Texas 7s109 i 817-735-7300 o far 817-735-7491' tvvitv,freee,co'm July 24, 2012 CDM Smith. 8140 Walnut Hill Lane, Suite 100 Dallas, TX 75231 RE: SCADA Improvements Village Creek Water Reclamation Facility Deep. Filters 1-20 Modifications City of Fort Worth Dear Mr, Bailey: The City of Fort Worth desires to sole -source the Application Engineering Supplier: (AES), Which will include the furnishing of the Emerson, hardware, installations software, configuration, testing and training for the above referenced project and to pre -negotiate a quote for this Work: The general conditions and, general requirements located in the contract documents shall pertain including the following technical specifications _related to the above work: • 40 8Q 00 Testing • 40 90 00 Instrumentation General Provisions. • 40.91 13 Field Instruments • 40 94 44 Distributed Control System • 40 95:15 Input -Output List • 40 95 25 Panel Mounted Equipment • 40 95 34 Fiber Optic Data Network • 40 96 20 Field Instrument List • 40 96 30 Control Loop Descriptions • 40 96 35 Application Services The Application Engineer Supplier associated with specifications above will be included in the bid proposal as one base bid allowance item. The scope of your work shall include • Furnishing and Installing the selected Emerson Equipment • Provide programming, configuration, integration, training including but not limited to loading of the software on computers, Ethernet -configuration, and communication between servers and the DCS system►. All of these items above shall be in accordance with the terms and conditions of the final advertised Contract Documents. We request that you provide us with .a quote for the equipment and services required for this project, document your terms and conditions for delivery andprovide a signed notification from the manufacturer (Emerson) that pricing and delivery terms that you quote will be valid for the time frames described below. This will allow us to indicate to the general contractor the price for your material and services to include With the total bid. Your quote shall consider the terms and conditions set forth in the Contract Documents. 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.fortworthgov,org/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the. City's 13uzzsaw site. The Contract Documents may be downloaded, viewed, and printed. CDM Smith will furnish, install and program all required SCADA improvements and all .associated services as described above and in the Contract Documents and shown in the table below. CDM Smith Sole Source Letter July 24, 2012 Page 3 of 4 Acknowledgement. Before the, the Undersigned authority, a N6tary Public: in and for the State of on this day personally appeared Dean Gorell, CDM Smith, known to me 'to. be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed. same for and as the act of CDM Smith for the purposes and consideration herein expressed and in the capacity therein stated. Given under my hand and seal of office on this A6Y4 day of (SEAL) My CommissiotiExpires: 2012. tary Public in and for e State of '1Z'c 6 4.61141e Carrell a Notary's Printed Name Please return this form with signature and spaces filled in to Freese and Nichols to the attention of Mr. David R, Jackson, at 4055 International Plaza, Suite200, Foit Worth, TX. 76109 prior to August 20, 2012. This letter, along with any additional information or attachments (such as your standard teinis and conditions), will be included in Appendix B of the Contract Documents. Please also complete the attached Nola -Collusion Affidavit and return with this letter. Please call if you have any questions. Sincerely, Freese and Nichols Inc. David R. Project July 30, 2012 Freese and Nichols 4055 International Plaza, Suite 200 Fort Worth, TX 76109 RE: Scada Improvements: Village Creek Waste Water Reclamation Facility Deep Filters 1-- 20 Modifications City of Fort Worth CDM Constructors Inc, shall furnish, install and program all required SCADA improvements for the above referenced project, and per the attached quotation as follows: • Emerson Ovation DCS with Spare Parts and AMS Software per the specifications and the attached scope and fee proposal from Emerson o Hardware Submittals o Spare Parts List • Project Management per our General Conditions as shown in the attached quotation • Bonds and General Liability Insurance per the attached quotation • Submittals o Control Narratives o Testing o Training; • Programming o DCS Configuration • For 784 hardwired points as specified and miscellaneous data link points a Configuration of new DCS components o Control Logic ■ As specified in specifications o Graphics (total estimated to be between 20-•30) Graphics • Graphic templates with associated parameter files Pop -ups ▪ Trends o Reports a 3 new/modified reports • Testing o llnwitnessed Factory Test. o Witnessed Factory Test o Operational Readiness Test (I/O Checks) EMERSONH Process Management May 4, 2012 Attention: Ms. Wendy Nilsson Gupta & Associates, Inc. (GAI) Subject: City of Fort Worth, Texas Village Creek Deep Bed Filter Modifications Emerson Process Management Power & Water Solutions, Inc. Offer No. WAM12120167 Rev. 1 Dear Ms. Nilsson: Emerson Process Management Power & Wafer Solutions, !pc, 200 Beta Drive PittsburA, t'A i523a Tel i (412) 983-4000 Emerson Process Management Power & Water Solutions, Inc: (Emerson) is pleased to submit this offer for the Village Creek Deep Bed Filter Modifications Project. This offer is based on the system architecture drawings and P&IDs received on March 8, 2012 and the input/output list received on December 8, 2011. Emerson's offer includes the following equipment and services: Qty Description . 1 Ovation OCR-400 Controller (in NEMA 12 cabinet, front access only) 2 Ovation Extended ILO Cabinet (NEMA 12, front access only 1 Ovation Remote I/O (in NEMA 12 cabinet, front access only) 19 Analog Input Module _ 10 Analog Output Module 30 Digital Input Module 15 Relay Output Module 2 Fan -out Ethernet Switch 1 Field LAN Router 2 NEMA 12 Network Cabinet 2 Fiber Optic Patch Panel (for RIO-to-Controller connections) 4 Copper/Fiber Optic Media Converter 1 lot Project Engineering (includes project management, submittals, drawings, and O&M manuals) 1 lot Field Engineering (includes installation Inspection, loop test support, and startup testing support) - forty-five (45) man -days of field engineering are included. Travel and living expenses for Emerson field service. engineers are also included with up to five (5) trips to the site. The man-hour banks field engineering is calculated using weekday rates, no weekend or holidays are included. Additional days can be purchased if required. Weekdays - First.8 hours that day @ 1 hour worked = 1 hour charged Additional hours that day @ 1 hour worked = 1.5 hours charged Saturdays - All hours that day @ 1 hour worked = 1.5 hour charged Sundays & Holidays - All hours that day © 1 hour worked = 2 hours charged Page 3 Commercial Description for the Village Creek Deep Filter Bed Project This document defines the commercial basis under which Emerson makes this. offer. Bern 's'altd Colin , ,-0 '� This offer expressly Iimits acceptance to the terms of this offer including the terms and conditions set forth in the Emerson Process Management Terms and Conditions of Sale Form B (01 08) and the Software Licensing Agreement, as included with this offer. grEric _ �• - , �� k The price for this system as offered is $280,284. Delivery shall be FOB origin, Freight and handling charges shall be added. The spareparts option price is $220,583. Deliver shall be FOB' origin. p p p Y Freight and handling charges shall be added, ern"srof-Payr ie t '".� - ''7, — � �� -'" 7 � a x �Tlater 'I �'� = " Emerson would like to work with you in developing a mutually agreeable milestone payment schedule. A typical payment schedule is shown below. Invoices will be issued for each of the following deliverable line items With payment due net 30 days from the date of the invoice. The amount of each invoice shall be calculated by applying the percentages (%) shown below against the total Purchase Order price including any changes. 10% Upon Mobilization and Kick -Off Meeting 20% Upon initial DCS Hardware Released to Manufacturing 45% Upon DCS Hardware Complete on Test Floor 20% Upon Hardware Shipment (on pro rata basis) 5% Upon Completion of installation and Start-up (but in any event not than 90 days after last major product shipment) ....a Delive y . -. e.-- '" A mutually agreeable delivery schedule will be established after contract award. ;_,BI iVa id t -: - ' This offer shall remain valid for six (6) months from the date of this letter, - unless otherwise extended, modified, or withdrawn in writing by Emerson. Lrop'rieta' — Information s � This offer and any subsequent communications are considered to be proprietary information of Emerson. Accordingly, please do not publish, use, reproduce, transmit, or disclose to others outside your organization any information contained in this offer without prior written consent by Emerson. Estimate "Totals ( ; . =ea n 8 Subtotal Dlrect"Cast /\ SD \ Subtotal Prior to OH&P t° o0 0c G3 [ sis 0 2 Subtotal with OH&P Construction Contingency ▪ q t § k \ / N. \ N. m R4.4 } Escalation to Mid Point Constr Based an 6%per year / � CDM Smith Design TOTAL COST EXHIBIT B TERMS AND CONDITIONS 1.0 TERM This Agreerrient shall be in effect from the date of execution by CONTRACTOR. and shall continue thereafter until completion of the Project 2.0 WORK SCOPE, PERFORMANCE AND STANDARD OF CARE SUBCONTRACTOR shall furnish all labor, materials, facilities, equipment and supervisionzeeessary, including all necessary scaffolding; and/or equipment, to fully construct in a good, thorough and workmanlike manner in every respect all Work as specified or indicated in ExhibitA (Scope of Work) of this Agreement to the full satisfaction of the CONTRACTOR; and SUBCONTRACTOR shall: a. Supervise and direct the Work; using the SUBCONTRACTOR'S best skill and attention. The SUBCONTRACTOR shall be solely responsible for al[ construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under this Agreement. The SUBCONTRACTOR shall be responsible to the CONTRACTOR for acts and omissions of the SUBCONTRACTOR's employees, its subcontractors and their agents and employees, and other persons performing the Work on behalf of SUBCONTRACTOR; use methods, equipment and documentation practices; which conforrrr with prevailing standards of accuracy, competence and completeness for the Work required arid iri accordance with all applicable regulations and agency requirements of the state in which the Work is performed, or as otherwise specified by CONTRACTOR, b. Assure that all materials and supplies conform in quality and kind with those specified by CONTRACTOR. c. Keep Work areas cleans, protect its Work, equipment artd materials from loss or damage, and remove its waste material and debris upon completion of Work. SUBCONTRACTOR shall comply with all applicable statutes; ordinances and regulations regarding the handling or disposal of any hazardous materials or wastes with which its personnel or equipment may come in contact. If SUBCONTRACTOR's performance of the Work results in a release of any hazardous substance, pollutant or contaminant to the environment, SUBCONTRACTOR shall immediately inform CONTRACTOR verbally of such release and promptly follow up with a written report setting forth such additional information as CONTRACTOR may request. d. Employ for Work hereunder personnel who possess the necessary qualifications'to perform the Work and provide them with appropriate protective equipment required by the Work or as Set forth in CONTRACTOR safety plans. Any CONTRACTOR equipment provided for SUBCONTRACTOR's use shall be returned to CONTRACTOR upon completion of its use or as otherwise directed by CONTRACTOR in good condition, normal wear and tear excepted. e. Assign to the Work and maintain at the Work site at all times that Work is inprogresS a competent representative to supervise its activities and receive instructions from CONTRACTOR's representative, f. Agree to maintain all permits and licenses required for its performance of the Work and to comply with all federal, state and local laws (including health, safety, labor and employment laws) and all ordinances, regulations and orders of governmental agencies pertaining to the Work. The SUBCONTRACTOR hereby undertakes to the CONTRACTOR all obligations with respect to the Work that the CONTRACTOR has undertaken to the OWNER in the Prime Contract. If SUBCONTRACTOR determines in its performance of the Work that additional or different tasks may be necessary, SUBCONTRACTOR will notify CONTRACTOR before performing such tasks to submit a request for a Change Order in accordance with Section 0,0. Exhibit B 6/5/2007 Page 1 all the terms of this Agreement, including guarantees. 7.0 JOB SITE CONDITIONS SUBCONTRACTOR has familiarized itself with the nature and extent of the Work, site, Ideality, and all Iocat conditions and laws and regulations that in any manner may affect cost, progress, performance or any aspect of furnishing of, the Work. SUBCONTRACTOR has obtained and carefully studied (or hereby assumes responsibility for obtaining and carefully studying) all examinations, investigations, explorations, tests, reports and studies Which pertain to the. subsurface or physical conditions at or contiguous to the site, or that otherwise may affect the cost, progress, performance or furnishing of the Work as SUBCONTRACTOR considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Tithe and no additional examinations, investigations,, explorations, tests, reports, studies or similar information or data. are or will be required by SUBCONTRACTOR for such purposes. 8.0 PROPRIETARY RIGHTS/OWNERSHIP OF DRAWINGS AND DATA All materials which SUBCONTRACTOR is required to prepare or develop in the pet f orrnance and completion of the Work hereunder, including documents, calculations, maps, sketches, notes, reports, data, models and samples, and any and all inventions and copyrightable material contained therein, shall become the sole and exclusive property of CONTRACTOR without limitation when made or prepared whether delivered to CONTRACTOR or not, subject to SUBCONTRACTOR's right to use the same to perform the Work under this Agreement, and such materials shall, together with any materials furnished to SUBCONTRACTOR by CONTRACTOR or OWNER hereunder, be delivered to OWNER or CONTRACTOR upon request and in any event upon completion or termination of this Agreement, and may be used by CONTRACTOR or OWNER without restriction: SUBCONTRACTOR agrees to execute all documents and to take all steps requested by CONTRACTOR, at CONTRACTOR's expense, which CONTRACTOR deems necessary or desirable to complete and perfect in CONTRACTOR such ownership and property rights. 9.0 SCHEDULING, COORDINATION AND REPORTING Time is of the essence in the performance of this Agreement. CONTRACTOR will schedule and coordinate SUBCONTRAC QR`s performance of the Work with the work of others connected with the Work, and SUBCONTRACTOR agrees to comply strictly with such scheduling and coordination. SUBCONTRACTOR agrees that if the Work hereunder is perforined under joint occupancy conditions on OWNER's premises, SUBCONTRACTOR will cooperate with. OWNER, CONTRACTOR and other subcontractors on OWNER's premises so that the Work and the work of others connected with the Work will progress smoothly with a minimum of delays due to interference between various subcontractors on OWNER's premises. 10.0 SUSPENSION OF WORK CONTRACTOR may at any time, and from time to time, by written notice to SUBCONTRACTOR stispend further performance of the Work by SUBCONTRACTOR. Said notice of suspension shall specify the date of suspension and the estimated duration of the suspension. Such suspensions shall not exceed more than the consecutive calendar days each as specified in supplementary condition nor aggregate more than the calendar days as specified in supplementary condition. Upon receiving any such notice Of 'suspension, SUBCONTRACTOR shall promptly suspend further performance of the Work to the extent specified, and during the period of such suspension shall properly care for and protect all Work in progress. CONTRACTOR may at any time withdraw the suspension of performance of the Work as to all or part of the suspended Work by written or telegraphic notice to SUBCONTRACTOR specifying the effective date and scope of withdrawal, and SUBCONTRACTOR shall resume diligent performance of the Work for which the suspension is withdrawn on the specified effective date of withdrawal. Exhibit B 6/5/2007 Page 3 Except to the extent expressly provided to the contrary elsewhere in this Contract, SUBCONTRACTOR shall pay when due, and the compensation set forth, shall be inclusive of, all local, municipal, state,. and federal sales and use taxes, excise taxes, taxes on personal property owned by SUBCONTRACTOR, duties and all other governmental fees and taxes or charges of whatever nature applicable to the performance of the Work and this Agreement. 15.0 CONTRACT PRICE, INVOICING AND PAYMENTS The Contract Price herein agreed to be paid by the CONTRACTOR to the SUBCONTRACTOR shall be, in compensation for the performance and completion,of the Work, and not as pet diem compensation for the number of days which the parties may estirriate'as necessary for the prosecution of the Work. It is further agreed that the time or times specified herein shall not be construed to limit and restrict the obligation of SUBCONTRACTOR to such period, but SUBCONTRACTOR shall proceed with the Work during all such times as shall be necessary to perform and complete the Work, at no further expense to, the CONTRACTOR than as herein stated. SUBCONTRACTOR .and CONTRACTOR agree that the total price payable to SUBCONTRACTOR for the Work and for each and every natter, thing or act performed, furnished or suffered in the full and complete performance and completion of the Work of this- Agreement is in' accordance with the terms, conditions and provisions hereof, except changes or additions covered by Change Orders (which shall be paid for as provided below). CONTRACTOR and SUBCONTRACTOR have mutually agreed upon a progress .billing schedule whereby SUBCONTRACTOR is to receive progress payments for I) the percentage of completion it achieves in each monthly billing period for a lump sum price arrangement or 2) for the Work actually completed in each monthly billing period for a time and material or unit cost price arrangement. The progress of Work is initially determined by CONTRACTOR, subject to confirmation and approval by the OWNER in writing. The fact that CONTRACTOR makes progress payments under this Agreement shall not be construed as approval of the Work performed by SUBCONTRACTOR. On or before the fifteenth (1 5) day of each calendar month, SUBCONTRACTOR shall furnish to CONTRACTOR an invoice on a mutually agreed upon form itt accordance with the provisions herein, (the "Progress Payment Invoices") along with its current summary schedule. SUBCONTRACTOR shall certify with each Progress Payment Invoice that the Work is progressing substantially in accordance with the summary schedule accompanying each Progress- Payment. Invoice. SUBCONTRACTOR's invoices shall include the following information on the first page of each invoice: a) Project Name; b) CDNI Constructors Inc.'s Project Number and; c) Contract Price. The Progress Payment Invoice shall constitute a representation by the SUBCONTRACTOR to the CONTRACTOR that the construction has progressed to the point indicated; the quality of the Work covered by the application is in accordance with this Agreement; and the SUBCONTRACTOR is entitled to payment in the amount requested. To the extent permitted by Iaw, CONTRACTOR shall pay to SUBCONTRACTOR the amounts due to SUBCONTRACTOR as requested in each mutually agreed upon Progress Payment Invoice by the thirtieth (301h) calendar day following CONTRACTOR's receipt of payment for such Work from the OWNER; provided, however, that the amounts due to SUBCONTRACTOR shall be reduced by (if no amount is indicated the retainage shall be 10%) percent of the amount due to SUBCONTRACTOR; it being further understood and expressly agreed that receipt of payment by CONTRACTOR froth OWNER shall be a condition precedent to CONTRACTOR's obligation to pay SUBCONTRACTOR under this Agreement. If CONTRACTOR receives payment from OWNER for less than the full value of tnaterials delivered to the site but not yet incorporated into the Work, or for less than full requested value of the Work perforated, then the amount due SUBCONTRACTOR on account thereof shall be proportionately reduced, Alt such invoices shall be submitted to CONTRACTOR in accordance with the requirements of the Prime Contract and OWNER'S invoice format. CONTRACTOR shall pay SUBCONTRACTOR the balance of the Purchase Price remaining due after all prior payments hereunder within thirty (30) days after the receipt by CONTRACTOR of payment for the same from the OWNER. The making of such final payment shall not constitute a waiver, release or accord and satisfaction of any rights of CONTRACTOR under this Agreement. SUBCONTRACTOR's invoice shall include an itemized statement of charges andcopies of receipts for properly reimbursable expenses included in the scope of work and shall state any prompt payment discounts. Exhibit B 6/54007 Page 5 SUBCONTRACTOR shall complete and submit with every invoice a Conditional Waiver and Release of Lien Rights form, Exhibit G. invoices submitted without this completed form attached will be returned to the SUBCONTRACTOR. CONTRACTOR has the right to issue dual party checks or pay a second tier subcontractor/vendor directly. Second tier subcontractors/vendors Must issue an Unconditional Release of Lien to the SUBCONTRACTOR and SUBCONTRACTOR shall include such release When requesting payment from CONTRACTOR. 17.0 DOCUMENTATION AND RIGHT OF ACJJMT SUBCONTRACTOR shall maintain .all records and accounts pertaining to Work performed for a period of at least two (2) years after final payment, or longer period if required by the Prime Contract. CONTRACTOR and/or OWNER shall have the right to audit, copy and inspect said records and accounts at all reasonable times during the course of such Work and for the above two-year period for the purpose of verifying costs incurred by SUBCONTRACTOR. 18.0 FINAL PAYMENT CERTIFICATION AND RELEASE CONTRACTOR shall not be obligated to make final payment to SUBCONTRACTOR until SUBCONTRACTOR hat delivered to CONTRACTOR a certificate and release satisfactory to CONTRACTOR that SUBCONTRACTOR has fully performed. under this Agreement and that all claims of SUBCONTRACTOR for the Work are satisfied upon the making of such final payment, that no property of OWNER or CONTRACTOR is subject to any unsatisfied lien or claim as a result of performance of the Work, that all rights of lien against CONTRACTOR and OWNER'S property in connection with the Work are released (including without limitation, if CONTRACTOR requests, releases of lien satisfactory in form to CONTRACTOR executed by all parties who by reason of furnishing materials, labor or other services for the Work could attach a lien against CONTRACTOR or OWNER's property), and that SUBCONTRACTOR has paid in full all outstanding obligations against the Work. 19.0 CLAIMS SUBCONTRACTOR shall immediately notify CONTRACTOR orally of any event which SUBCONTRACTOR believes may give rise to a claim by SUBCONTRACTOR for an increase in the Contract Price or in the scheduled time for performance. Within five (5) working days after the happening of such event, SUBCONTRACTOR shall supply CONTRACTOR with a written statement supporting SUBCONTRACTORS claim, which statement shall include SUBCONTRACTORS detailed estimate of the change in Contract Price or schedule. CONTRACTOR shall not be liable for, and SUBCONTRACTOR hereby waives, any claim or potential claim of SUBCONTRACTOR of which SUBCONTRACTOR knew or should have known and which was not reported by SUBCONTRACTOR in accordance with the provisions of this Article. SUBCONTRACTOR agrees to continue performance of the Work during the time any claim of SUBCONTRACTOR hereunder is pending. CONTRACTOR shall not be bound to any adjustments in the Contract Price or scheduled time for SUBCONTRACTOR'S claim unless expressly agreed to. by CONTRACTOR in writing through a Change Order as provided for in this Agreement. No claim hereunder by SUBCONTRACTOR shall be allowed if asserted after final payment under this Agreement. 20.0 INDEMNITY 20. l SUBCONTRACTOR agrees to defend, indemnify and hold harmless CONTRACTOR and OWNER, the affiliated companies of each, and all of their directors, officers, employees, agents and representatives, from and against any claim, demand, cause of action, liability, loss or expense including, but not limited to attorneys' fees and other costs of litigation, arising from or relating to: 20. € .1 SUBCONTRACTOR'S actual or asserted failure to comply with any law, ordinance, regulation, rule or order, or with this Agreement. This Section includes, but is not limited to, fines or penalties by government authorities and claims arising from SUBCONTRACTOR'S actual or asserted failure to pay taxes. Exhibit 13 05/2007 Page 7 21.0 SUBCONTRACTS 21.1 This Agreement is personal to SUBCONTRACTOR, and SUBCONTRACTOR shall not subcontract performance of all or any. portion of the Work under this Agreement without first notifying CONTRACTOR of the intended subcontracting'and obtaining CONTRACTOR's approval in writing. If requested by CONTRACTOR, SUBCONTRACTOR shall furnish CONTRACTOR a copy of the proposed subcontract (with price deleted if the subcontracted work is part of fixed price Work of SUBCONTRACTOR under this Contract) for CONTRACTOR'S approval of the terms and conditions thereof and shall not execute such subcontract until CONTRACTOR has approved such terms. Failure of SUBCONTRACTOR to comply with this Section may be deemed by CONTRACTOR to be a material breach of this Agreement. 21,2 SUBCONTRACTOR guarantees that any and all subcontractors of SUBCONTRACTOR for performance of the Work will comply fully with the terms' of this Agreement applicable to the portion of the Work performed by them. 22.0 INSPECTION AND ACCESS CONTRACTOR and OWNER shall at all:times have access to the. Work wherever it is in preparation or ptogress, and. SUBCONTRACTOR shall provide sufficient, safe and proper facilities for such access and inspection thereof. Inspection or lack of inspection by CONTRACTOR and/or OWNER shall not be deemed to be a waiver of any of their rights under SUBCONTRACTOR'S guarantees or of their rightto subsequently reject defective Work. 23,0 CONDITIONS AND RISKS OF WORK SUBCONTRACTOR represents that, to the extent necessary to perform the Work, it has examined and acquainted itself with the conditions relevant to the Work, the site, and its surroundings, and SUBCONTRACTOR assumes the risk of such conditions. and will fully complete the Work for the stated Contract Price. InfOr nation on the site and local conditions at such site furnished by CONTRACTOR or OWNER is not guaranteed by CONTRACTOR or OWNER and is furnished for the convenience only of SUBCONTRACTOR. 24.0 BONDS When required by CONTRACTOR, SUBCONTRACTOR shall fiirnish performance and payment bonds with CONTRACTOR as obligee, each in an amount at Ieast equal to its contract price, for the faithful performance of the Work and for the prompt payment of all SUBCONTRACTOR'S obligations incurred under this Agreement: These bonds shall remain in effect for at least until one year after the date when the SUBCONTRACTOR'S final payment becomes due and thereafter so long as SUBCONTRACTOR'S obligations continue with respect to the Work or the SUBCONTRACTOR'S warranties relating thereto. All bonds shall be issued and executed by a surety company acceptable to the CONTRACTOR, and on _forms for performance bond and payment bond that are acceptable to CONTRACTOR, Bond(s) shall be attached hereto as an Exhibit. 25.0 SAFETY AND HEALTH LAWS AND REGULATIONS While on the premises of CONTRACTOR or OWNER, SUBCONTRACTOR and its employees, subcontractors and agents shall comply with the requirements of the Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended, and any State plan approved under such Act, and the regulations thereunder, to the extent applicable, and shall comply with the safety, health and plant regulations of CONTRACTOR and OWNER and shall ensure that all his employees, sub -subcontractors arid agents have a safe place of work on the premises of CONTRACTOR or OWNER. 26.0 ENVIRONMENTAL COMPLIANCE Unless specifically agreed otherwise in this Agreement, SUBCONTRACTOR is not, and has no authority to act as, a handler, generator, operator, treater or storey, transporter or disposer of hazardous or toxic substances found or identified at a site, and OWNER shall undertake all Such functions. SUBCONTRACTOR assumes the risk of, and shall indemnify, Qge 9 Exhibit B 6/5/2097 Agreement were produced in full compliance with the requirements of Sections 6,7, and 12 of the Fair Labor Standards Act of 1938, as amended, and the regulations and orders of the U.S. Department of Labor issued under Section 1.4 thereof. 30.0 ASSIGNMENT SUBCONTRACTOR shall not assign this Agreement wholly or in part, Voluntarily, by operation of law, or otherwise without first obtaining the written consent of CONTRACTOR. Any assignment of this Agreement in violation of the foregoing shall be, at the option of CONTRACTOR, void. Subject to the foregoing, theprovisions. of this Agreement shall extend to the benefit of and be binding upon the successors and assigns of the. parties hereto. CONTRACTOR reserves the right at its sole option to assign this Agreement to OWNER, OWNER's'affiliates, or to CONTRACTOR affiliates, 31.0 CLEANUP Where performance of the Work hereunder requires SUBCONTRACTOR'S presence on CONTRACTOR or QWNER's premises and the vicinity thereof clean of any debris and rubbish caused by its Work and, on completion of its Work, shall leave such premises broom clean and ready for use. 32.0 PUBLICITY SUBCONTRACTOR shall not grant any interview or make any written or oral statement to any news media representative regarding the Project or the Work nor publish any article or make any presentation concerning the Project or the Work without the prior written consent of the CONTRACTOR. 33.0 COMMUNICATIONS All communications pursuant to or in connection with this Agreement shall be marked with CONTRACTOR's Subcontract Number and shall be made in accordance with the provisions as specified in specific scopes of Work. 34.0 LAWS, REGULATIONS AND CDM Srnith Inc.'s (CDM Smith) CODE OF ETHICS 34. l SUBCONTRACTOR shall not under any circumstances apply to or enter into negotiations with any governmental authority or agency for acceptance of variations from or revisions to safety or health, or air, water or noise pollution, laws or regulations relating to this Agreement or to the performance thereof, without CONTRACTOR and OWNER's prior written approval. 34.2 This Agreement shall be subject to the law and jurisdiction of the Prime Cor)tract, 34.3 SUBCONTRACTOR shall be subject to and comply with the requirements of CDM Smith's Code of Ethics, which is hereby incorporated into this Agreement, and which is available to. SUBCONTRACTOR on CDM ,Smith's web site at: cdrnsmith.conn 35.0 ARBITRATION OPTION In the event that CONTRACTOR is required to arbitrate a dispute with a third party, which dispute arises out of or is directly related to this Agreement, SUBCONTRACTOR agrees to join ill such arbitration proceeding as CONTRACTOR may direct and shall submit to such jurisdiction and be finally bound by the judgment rendered in accordance with the arbitration rules as may be established therein. 36.0 VALIDITY OF PROVISIONS In the event any section, or any part or portion of any section of this Agreement shall be held to be invalid, void or otherwise unenforceable, such holding shall not affect the remaining part or portions of that section, or any other section Exhibit 13 6/5/2007 Page i precedent tothe thing of any action other than an action for injunctive relief or if a Statute of Limitations may expire. Each party shall be.responsible for its own costs and expenses including attorneys' fees and court costs incurred in the course of any dispute, mediation, or legal proceeding. The fees of the mediator and any filing fees shall be shared equally by the patties.. 40.0 FORCE MAJEURE Neither Party shaf l be liable for or deemed -in breach hereof because of any delay in the performance of its obligations to. the extent caused by circumstances beyond its control and that could not have been prevented by the exercise of due diligence; including but not limited to fires: natural disasters, riots, wars, labor strikes, catastrophic weather conditions, or acts of God. SUBCONTRACTOR will immediately notify CONTRACTOR orally of any such event and shall confirm same in writing within five (5) days after the beginning of any such event which would affect its performance. Unless otherwise agreed to by CONTRACTOR in writing, SUBCONTRACTOR's failure to so notify CONTRACTOR shall preclude SUBCONTRACTOR from asserting any claim for additional compensation or an extension in the time for performance. 41.0 MISCELLANEOUS - Parties acknowledge and agree that terms and conditions of this Agreement have been freely and fairly negotiated. Each Party acknowledges that in executing this Agreement they have relied solely on their own judgment, belief and knowledge and such advice as they may have received from their own counsel. No provision in this Agreement is to be interpreted for or against any Party because that Party or its legal counsel drafted such provision. This Agreement is intended by the Parties as the final, complete and exclusive expression of the terms and conditions of their agreement. No prior dealings between the Patties and, no usage of the trade shall be relevant to supplement this Agreement; and this Agreement shall supersede all other written and/or oral agreements between,CONTRACTOR aril SUBCONTRACTOR. Unless otherwise agreed to in writing by CONTRACTOR, any terms or qualifications contained in any documentation generated by SUBCONTRACTOR in connection with this Agreement that are inconsistent With the terms hereof are hereby rejected, and shall be void and of no effect. Exhibit 136/5/2007 Page 13 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct work as described in the Contract Documents. 1. Provide the labor, materials, equipment, tools, consumable supplies and incidentals required to make the project completely and fully operable. 2. Provide the civil, architectural, structural, mechanical, electrical, instrumentation and all other work required for a complete and operable project. 3. Test and place the completed project in operation. 4. Provide the special tools, spare parts, lubricants, supplies, or other materials as indicated in Contract Documents for the operation and maintenance of the Project. 5. Install Owner provided products and place in operation. 6. Drawings and specifications do not indicate or describe all of the work required to complete the project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Engineer. 1.02 JOB CONDITIONS A. The General Conditions, the Supplementary Conditions, and General Requirements apply to each specification section. B. Comply with all applicable state and local codes and regulations pertaining to the nature and character of the work being performed. 1.03 DESCRIPTION OF WORK A. Work is described in general, non -inclusive terms as: 1. Modifications to Filters No. 1-20 including but not limited to, new underdrains, filter media, wash water troughs, filter inlet and waste wash water valve replacement and associated electrical and instrumentation. 2. Modifications to the existing Backwash Water Pump Station including but not limited to, replacement of the existing filter backwash water pumps and associated piping and appurtenances and associated electrical and instrumentation. 3. Modifications to the existing Filter Gallery including but not limited to, replacement of the existing 24-inch filter effluent venturi flow meters and modulating butterfly valves, 12-inch gate valves associated with the filter drain connection, removal and replacement of the existing sump pumps, replacement of the existing 36-inch butterfly valves associated with the filter wash water piping, ventilation improvements to the filter gallery and associated electrical and instrumentation. 4. Modifications to the existing Waste Wash Water Pump Station including but not limited to, replacement of the existing waste wash water pumps and associated piping and appurtenances and associated electrical and instrumentation. Summary of Work 011100 - 1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 1. Products are described in the referenced appendices. Obtain clarification from the Engineer in the case of a disagreement between the above list and those specified elsewhere in the Contract Documents. B. Execute an agreement with each designated Supplier upon receiving the Notice to Proceed. C. Include the cost for the purchase, delivery, installation, testing, finishing, and start up of the product in the proposed bid price. D. Assume responsibilities for Owner selected products as for products selected by the Contractor. 1.06 CONSTRUCTION OF UTILITIES A. Existing utilities will be used for this project. Coordinate with others performing work associated with this project. B. Power and Electrical Services: [CLARIFICATION: The contractor is not responsible for the electrical cost of running the treatment units.] 1. Owner will provide permanent power connections for the project site through the power utility unless indicated otherwise in the contract documents. 2. Cost for providing permanent power will be paid for by the Owner. 3. Contractor is required to coordinate and cooperate with others performing this work. 4. Power utility will provide the construction to the property line. 5. Contractor shall provide conduit, conductors, pull boxes, manholes, and other appurtenances for the installation of power cable between the property line and the transformer and between the transformer and the main power switch. 6. Contractor shall test conductors in accordance with Section 0140 00 "Quality Requirements" and coordinate with the power utility to energize the system when ready. 7. Contractor shall pay for temporary power, including but not limited to construction cost, meter connection, fees and permits. 8. When permanent power is available at the site, the Contractor may use this power source in lieu of temporary power source previously used, as long as it does not interfere with normal plant operations. a. Notify Engineer and Owner of intent to use the permanent power source. b. Arrange with the power utility and pay the charges for connections and monthly charges for use of this power. 9. Pay for the power consumed until the project has been accepted as substantially complete. 1.07 OCCUPANCY A. As soon as any portion of the structure and equipment are ready for use, the Owner shall have the right to occupy or operate that portion upon written notice to the Contractor. Summary of Work 01 1100 - 3 FTW11104—Village Creek WRF Deep Fitters 1-20 Mods. 0123 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the work when this alternate is made a part of the work in the Agreement. No allowances are included in this project. 1.02 SUBMITTALS A. Provide submittals for materials furnished as part of the alternate in accordance with Section 0133 00 "Submittal Procedures." 1.03 DESCRIPTION OF ALTERNATES A. Bid Alternate No. A-1 1. Furnish and Install four (4) Service Water Pumps. All other piping, valves, supports, meters, electrical and instrumentation are required whether this alternate is accepted or not. 1.04 GUARANTEES A. Provide guarantees for products furnished under alternate bids / proposals or purchased by allowances as required by the Contract Documents. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Alternates and Allowances 0123 10 -1 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. 0129 00 PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Payments for Work shall conform to the provisions of the General Conditions, the Supplementary Conditions, the Agreement, and this Section. Apply provisions for payments in the Section to all Subcontractors and Suppliers. B. Submit Applications for Payment at the amounts indicated in the Agreement: 1. Amounts for each item in the Agreement shall include but not be limited to cost for: a. Mobilization, demobilization, cleanup, bonds, and insurance. b. Professional services including but not limited to engineering and legal fees. c. The products to be permanently incorporated into the project. d. The products consumed during the construction of the project. e. The labor and supervision to complete the project. f. The equipment, including tools, machinery, and appliances required to complete the project. The field and home office administration and overhead costs related directly or indirectly to the project. h. Any and all kinds, amount or class of excavation, backfilling, pumping or drainage, sheeting, shoring and bracing, disposal of any and all surplus materials, permanent protection of all overhead, surface or underground structures; removal and replacement of any poles, conduits, pipelines, fences, appurtenances and connections, cleaning up, overhead expense, bond, public liability and compensation and property damage insurance, patent fees, and royalties, risk due to the elements, and profits, unless otherwise specified. 2. Provide work not specifically set forth as an individual payment item but required to provide a complete and functional system. These items are a subsidiary obligation of the Contractor and are to be included in the Cost of Work. 3. Payment will be made for materials on hand. a. Store materials properly on site per Section 01 3100 "Project Management and Coordination." 1). Payment will be made for the invoice amount less the specified retainage. 2). Provide invoices at the time materials are included on the materials -on -hand tabulation. b. Provide documentation of payment for materials -on -hand with the next payment request. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the materials on hand tabulation if this documentation is not provided so payment will not be made. g- Payment Procedures 01 29 00 - 1 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 2). These line items may be used to establish the value of work to be added or deleted from the project. 3). Correlate line items with other administrative schedules and forms: a). Progress schedule. b). List of Subcontractors. c). Schedule of allowances. d). Schedule of alternatives. e). List of products and principal Suppliers. f). Schedule of Submittals. 4). Costs for mobilization shall be listed as a separate line item and shall be actual cost for: a). Bonds and insurance. b). Transportation and setup for equipment. c). Transportation and/or erection of all field offices, sheds and storage facilities. d). Salaries for preparation of submittals required before the first Application for Payment. e). Salaries for field personnel assigned to the project related to the mobilization of the project. (1). Mobilization may not exceed 3 percent of the total contract amount, Cost for mobilization may be submitted only for work completed. 5). The sum of all values listed in the schedule must equal the total contract amount. 4. Submit a schedule indicating the anticipated schedule of payments to be made by the Owner. Schedule shall indicate: a. The Application for Payment number. b. Date the request is to be submitted. c. Anticipated amount of payment to be requested. 5. Update the Schedule of Payments quarterly or more often if necessary to provide a reasonably accurate indication of the funds that the Owner will need to have available to make payment to the Contractor for the Work performed. B. Provide written approval of the Schedule of Values, Application for Payment form, and method of payment by the Surety Company providing performance, and bonds prior to submitting the first Application for Payment. Payment will not be made without this approval. Payment Procedures FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 012900-3 a. The percentage of work completed for each lump sum item. b. The quantity of work completed for each unit price item. c. The percentage of work completed for each approved Change Order item. d. The amount of materials -on -hand. 3. On the basis of these agreements the Contractor is to prepare a final copy of the Application for Payment and submit it to the Engineer for approval. 4. The Engineer will review the Application for Payment and if appropriate will recommend payment of the application to the Owner. D. Provide a revised and up-to-date progress schedule per Section 0132 16 "Construction Progress Schedules" with each Application for Payment. E. Provide project photographs per Section 0132 33 "Photographic Documentation" with final Application for Payment. 1.04 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with Section 0123 10 'Alternates and Allowances." 1.05 MEASUREMENT PROCEDURES A. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number and weight, unless otherwise specifically provided. No extra or customary measurements of any kind will be allowed. 1.06 BASIS OF PAYMENT A. The Basis of Payment will be established in the contract documents. 2.00 BASE BID ITEMS DESCRIPTION 2.01 VILLAGE CREEK WATER RECLAMATION FACILITY DEEP FILTERS 1-20 MODIFICATIONS Bid Item No. 1: Construction of Filters 1-20 Modifications Payment shall be at the lump sum price and shall be full compensation for construction, equipment and operational completion of work as shown in the Contract Document not including Bid Items 2-12. Bid Item No. 2: Development, Design and Implementation of a Trench Safety System Payment shall be at the cost per linear foot used in trench excavation safety protection as required by the Occupational Safety and Health Administration for trenches deeper than five (5) feet and pay at the unit price in the Proposal, which is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary, including removal of the system. Payment Procedures FTW11104 — Village Creek WRF peep Filters 1-2D Mods. 012900-5 Bid item No. 9: Influent Channel, Pipe Gallery, Effluent Channel, Backwash Pump Station and Waste Wash Water Channel Concrete Repair Mortar This unit price bid per cubic foot shall be full compensation for preparation and application of concrete repair mortar at Influent Channel, Pipe Gallery, Effluent Channel, Backwash Pump Station and Waste Wash Water Channel as specified in Section 03 93 00 and shown in Detail 2, Dwg. No. SD-14. Repairs may occur at concrete walls or other concrete elements. The Unit Price provided will be used a basis for credit or change based upon actual quantities installed during construction, complete in place. Bid Item No. 10: HMAC Roadway Improvements Payment shall be at the price per square yard and shall be full compensation for saw -cut and removal of damaged HMAC pavement, or HMAC pavement that is designated by OWNER for removal and replacement. Unit price includes the construction of new pavement including sub - grade preparation, prime coat and two -course asphalt overlay with intermediate tack coat per Detail 4, Dwg. No. C-3 and as specified in Section32 01 17. The Unit Price provided will be used a basis for credit or change based upon actual quantities installed during construction, complete in place. Bid Item No. 11: Owner -Selected Electric Motor Actuators for Valves and Gates Measurement and Payment shall be at the lump sum price for the furnishing the motorized valve actuators and appurtenances associated with specification section 40 92 13 and as described in Appendix A. Bid Item No. 12: SCADA System Improvements Measurement and Payment shall be at the lump sum price for the furnishing of the Emerson hardware, installation, software, configuration, testing and training for the SCADA system improvements performed by CDM Smith as described in Appendix B. END OF SECTION Payment Procedures 0129 00 - 7 FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods. 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish equipment, manpower, products, and other items necessary to complete the Project with an acceptable standard of quality and within the contract time. Construct Project in accordance with current safety practices. B. Manage Site to allow access to Site and control construction operations. C. Provide labor, materials, equipment and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. D. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. E. Provide temporary controls for pollution, management of water and management of excess earth as required in Section 0157 00 "Temporary Controls." F. Cost for Project Management and Coordination as described in this section are to be included in the Contract Price. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents as determined by the Engineer and Owner. B. Remove defective Work from the Site immediately unless provisions have been made and approved by the Engineer to allow repair of the product at the Site. Clearly mark the Work as "defective" until it is removed or allowable repairs have been completed. 1.03 SUBMITTALS A. Provide submittals in accordance with Section 0133 00 "Submittal Procedures." 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. Maintain one copy of these documents at the Site until the Project is complete. Incorporate this information into submittals. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 STANDARDS A. Perform Work to comply with local, State and Federal ordinances and regulations. B. Provide materials and equipment that has National Science Foundation 60/61 approval for use in potable water supply systems. Advise the Engineer of any material requirements in Project Management and Coordination 01 3100 - 1 F1W11104 — Village Creek WRF Deep Filters 1-20 Mods. A. Coordinate the Work of various trades having interdependent responsibilities for installing, connecting to, and placing equipment in service. B. Coordinate requests for substitutions to provide compatibility of space, operating elements, effect on the Work of other trades, and on the Work scheduled for early completion. C. Coordinate the use of Project space and the sequence of installation of equipment, elevators, walks, mechanical, electrical, plumbing, or other Work that is indicated diagrammatically on the Drawings. 1. Follow routings shown for tubes, pipes, ducts, conduits, and other items as closely as practical, with due allowance for available physical space. 2. Utilize space efficiently to maximize accessibility for Owner's maintenance and repairs. 3. Schematics are diagrammatic in nature. Adjust routing of piping, ductwork, utilities, and location of equipment as needed to resolve spatial conflicts between the various trades. Document the actual routing on the Record Drawings. D. Conceal ducts, pipes, wiring, and other non -finish items in finished areas, except as otherwise shown. Coordinate locations of concealed items with finish elements. E. Coordinate with architectural reflected ceiling plans the exact location and dimensioning of items which occur within hung ceilings. Request clarification from the Engineer prior to proceeding with fabrication or installation if a conflict exists. F. Schedule construction activities in sequence required to obtain best results where installation of one part of the Work is dependent on installation of other components, either before or after its own installation. G. Make adequate provisions to accommodate items scheduled for later installation, including: 1. Accepted alternates. 2. Installation of products purchased with allowances. 3. Work by others. 4. Owner -supplied, Contractor -installed items. H. Sequence, coordinate, and integrate the various elements of mechanical, electrical, and other systems, materials, and equipment. Comply with the following requirements: 1. Coordinate mechanical and electrical systems, equipment, and materials installation with other building components. 2. Verify all dimensions by field measurements. 3. Arrange for chases, slots, and openings in other building components during progress of construction. 4. Coordinate the installation of required supporting devices and sleeves to be set in cast - in -place concrete and other structural components, as they are constructed. 5. install systems, materials, and equipment as permitted by codes to provide the maximum headroom possible where mounting heights are not detailed or dimensioned. 6. Coordinate the connection of systems with exterior underground and overhead utilities and services. Comply with the requirements of governing regulations, franchised Project Management and Coordination 013100 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. Remove any firearms or weapons and the person possessing these firearms or weapons permanently and immediately from the Site. 1.09 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe temporary walks or other structures to allow access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Provide security at the Site as necessary to protect against vandalism and loss by theft. D. Use State, County, or City roadways for construction traffic only with written approval of the appropriate representatives of each entity. State, County, or City roadways may not all be approved for construction traffic. Obtain written approval to use State, County, City or private roads to deliver pipe and/or heavy equipment to the Site. Copies of the written approvals must be furnished to the Owner as Record Data before Work begins. No additional compensation will be paid because the Contractor is unable to gain access to the easement from public roadways. 1.10 PROPERTY PROVISIONS A. Make adequate provisions to maintain the flow of storm sewers, sanitary sewers, drains and water courses encountered during the construction. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not curtailed. Restore structures which may have been disturbed during construction to their original position as soon as construction in the area is completed. B. Protect trees, fences, signs, poles, guy wires, and all other property unless their removal is authorized. Restore any property damaged to equal or better condition per Paragraph 1.11 of this Section. 1.11 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the project site and review the available information concerning the site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report these to the Engineer before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per Section 0135 00 "Special Procedures." Coordinate Work with Contractor, local utility company and others. Include cost of demolition and replacement, restoration or relocation of these structures in the Cost of Work. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damage to items to be protected to the satisfaction of the Engineer, utility owner and Owner without additional compensation from the Owner. Project Management and Coordination 013100 - 5 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. 1.14 REFERENCE DATA AND CONTROL POINTS A. The Engineer will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. 3. Designated control points may be on an existing structure or monument. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Do not change or relocate points without prior approval of the Engineer. Notify Engineer when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record data and measurements per standards. 1.15 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Deliver products that are too large to fit through openings to the Site in advance of the time enclosing walls and roofs are erected. Set in place, raised above floor on cribs. D. Assume full responsibility for the protection and safekeeping of products stored at the Site. E. Store products at locations acceptable to the Engineer and to allow Owner access to maintain and operate existing facilities. F. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. Arrange storage to allow access for maintenance of stored items and for inspection. Store unpacked and loose products on shelves, in bins, or in neat groups of like items. G. Obtain and pay for the use of any additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. Project Management and Coordination 013100 - 7 FTW11104 _ Village Creek WRF Deep Filters 1-20 Mods. 1.16 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with codes, ordinances, regulations, and anti -pollution laws. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private dumping areas. D. Contractor shall pick up and secure all trash so that no trash shall interfere with any of the treatment units located within the facility. 1.17 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicle during all phases of construction unless the Owner approves a street closing. Submit a written request for Owner's approval of a street dosing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. 4. Do not close public roads overnight. B. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. C. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.18 BLASTING A. Blasting for excavations is not allowed. 1.19 CUTTING AND PATCHING A. Perform cutting, fitting, and patching required to complete the work or to: 1. Uncover work to provide for installation of new work or the correction of defective work. Project Management and Coordination 013100 - 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. protection from the weather for portions of the project that may be exposed by cutting and patching work. F. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. G. Execute fitting and adjustment of products to provide a finished installation to comply with specified products, functions, tolerances, and finishes. H. Cut, remove, and legally dispose of selected mechanical equipment, components, and materials as indicated, including but not limited to, the removal of mechanical piping, heating units, plumbing fixtures and trim, and other mechanical items made obsolete by the modified work. I. Restore work which has been cut or removed. Install new products to provide completed work per the Contract Documents. J. Fit work air -tight to pipes, sleeves, ducts, conduit, and other penetrations through the surfaces. Where fire rated separations are penetrated, fill the space around the pipe or insert with materials with physical characteristics equivalent to fire resistance requirements of penetrated surface. K. Patch finished surfaces and building components using new products specified for the original installation. L. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to the nearest intersection. 2. For an assembly, refinish the entire unit. 1.20 PRELIMINARY OCCUPANCY A. Owner may deliver, install and connect equipment, furnishings, or other apparatus in buildings or other structures. These actions do not indicate acceptance of any part of the building or structure and does not affect the start of warranties or correction periods. B. Protect the Owner's property after installation is complete. C. Owner or Engineer may use any product for testing or determine that the product meets the requirements of the Contract Documents. This use does not constitute acceptance by either the Owner or Engineer. These actions do not indicate acceptance of any part of the product and does not affect the start of warranties or correction periods. 1.21 INITIAL MAINTENANCE AND OPERATION A. Maintain equipment until the project is accepted by the Owner. Ensure that mechanical equipment is properly maintained as recommended by the Supplier. B. Do not operate air handling equipment unless filters are in place and are clean. Change filters weekly during construction. C. Provide maintenance and start-up services prior to acceptance of equipment, per Section 01 75 00 "Starting and Adjusting." D. Remove and clean screens and strainers in piping systems. Project Management and Coordination 013100 -11 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 01 3113 PROJECT COORDINATION 1.00 GENERAL. 1.01 WORK INCLUDED A. Administer contract requirements to construct the project. Provide documentation per the requirements of this Section. Provide information as requested by the Engineer or Owner. 1.02 SUBMITTALS A. Provide submittals in accordance with Section 0133 00 "Submittal Procedures." 1.03 COMMUNICATION DURING THE PROJECT A. The Engineer is to be the first point of contact for all parties on matters concerning this project. B. The Engineer will coordinate correspondence concerning: 1. Submittals, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract modifications. 4. Observation of work and testing, 5. Claims. C. The Engineer will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the Engineer at the address indicated at the Pre - construction Conference. include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6, A reference statement. E. Submit communications on the forms referenced in this Section or in Section 0133 00 "Submittal Procedures." 1.04 PROJECT MEETINGS A. Pre -construction Conference: 1. Attend a pre -construction meeting. 2. The location of the conference will be determined by the Engineer. Project Coordination 01 3113 -1 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. g. Claims and proposed modifications to the contract. h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. Engineer will prepare minutes of meetings. Review the minutes of the meeting and notify the Engineer of any discrepancies within ten days of the date of the meeting memorandum. The minutes will not be corrected after the ten days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre -submittal and Pre -installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the Engineer (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with paragraph 1.06 for the meeting 2 weeks before the meeting. Engineer and Owner must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the Engineer and Owner for review. Owner and Engineer will review the minutes of the meeting and notify the Contractor of any discrepancies within ten days of the date of the meeting memorandum. The minutes will not be corrected after the ten days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Engineer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided by the Engineer. 2. Attach adequate information to permit a written response without further clarification. Engineer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Engineer will initiate a Contract Modification Request per Paragraph 1.08 if the RFI indicates that a contract modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in Accordance with Paragraph 1.06. Project Coordination 01 3113 - 3 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. c. A detailed breakdown of the cost of the change (necessary only if the modification requires a change in contract amount). The itemized breakdown is to include: 1). List of materials and equipment to be installed. 2). Man hours for labor by classification. 3). Equipment used in construction. 4). Consumable supplies, fuels, and materials. 5). Royalties and patent fees. 6). Bonds and insurance. 7). Overhead and profit. 8). Field office costs. 9). Home office cost. 10).Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Provide a revised schedule indicating the effect on the critical path for the project and a statement of the number of days the project may be delayed by the modification. 4. Submit a Contract Modification Request to the Engineer to request a field change. 5. A Contract Modification Request is required for all substitutions or deviations from the Contract Documents. 6. Engineer will evaluate the request for a contract modification. B. Owner will initiate changes through the Engineer. 1. Engineer will prepare a description of proposed modifications to the Contract Documents. 2. Engineer will use the Contract Modification Request form. Engineer will assign a number to the Contract Modification Request when issued. 3. Return the Contract Modification Request with a proposal to incorporate the requested change. include a breakdown of costs into materials and labor in detail outline above to allow evaluation by the Engineer. C. Engineer will issue a Field Order or a Change Order per the General Conditions if a contract modification is appropriate. 1. Modifications to the contract can only be made by a Field Order or a Change Order. 2. Changes in the project will be documented by a Field Order or by a Change Order. Project Coordination 013113 - 5 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 1. Label each document as "Project Record" in large printed letters. 2. Record information as construction is being performed. a. Do not conceal any Work until the required information is recorded. b. Mark drawings to record actual construction, including the following: 1). Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. 2). Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. 3). Location of internal utilities and appurtenances concealed in the construction. Refer measurements to permanent structure on the surface. include the following equipment: a). Piping. b). Ductwork. c). Equipment and control devices requiring periodic maintenance or repair. d). Valves, unions, traps, and tanks. e). Services entrance. f). Feeders. g). Outlets. 4). Changes of dimension and detail. 5). Changes made by Field Order and Change Order. 6). Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. c. Mark Specifications and Addenda to identify products provided. 1). Record product name, trade name, catalog number, and each Supplier (with address and phone number) of each product and item of equipment actually installed. 2). Record changes made by Field Order and Change Order. d. Mark additional Work or information in erasable pencil. 1). Use red for new or revised indication. 2). Use purple for Work deleted or not installed (lines to be removed). 3). Highlight items constructed per the Contract Documents in yellow. e. Submit record documents to Engineer for review and acceptance 30 days prior to final completion of the project. 1). Provide one set of marked up drawings. 2). Provide six sets of specifications. Project Coordination 013113 - 7 FTW11104 — Village Creek WRF Deep Fitters 1-20 Mods. 013113.13 FORMS 1.00 GENERAL 1.01 WORK INCLUDED A. Use the forms shown in this section for contract administration, submittals and documentation of test results. A disk with these forms in Microsoft Word or Excel will be provided to the Contractor before or at the pre -construction conference. Forms included are listed below: B. Contract Administration Forms: 1. Request for Information. 2. Notification by Contractor. 3. Contractor's Modification Request. C. Application for Payment Forms: 1. Consent of Surety Company to Payment Procedures. 2. Application for Payment forms. D. Submittal Forms: 1. Submittal Transmittal. 2. Shop Drawing Deviation Request. 3. Concrete Mix Design: a. Attachment "A" — Basis for Mix Design — Field Strength Test Record. b. Attachment "B" — Basis for Mix Design --Trial Mixture. E. Testing Forms: 1. Medium Voltage Cable Test Report. 2. Motor Start-up Report. 3. Pipeline Test Report Exfiltration Test Report. 4. Pressure Pipe Test Report. 5. Protective Coating Test Report. 6. SwitchgearTest Report. 7. Transformer Test Report. S. 600 Volt Cable Test Report. F. Equipment Installation and Documentation Forms: 1. Equipment Installation Report. 2. O&M Manual Review Report. Forms FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 01 3113.13 -1 gMMCKOLS FREESE REQUEST FOR INFORMATION (4.14 / ) PROJECT: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PROJECT NUMBER: REFERENCE DATA: Specification Section No. Drawing No. Detail description: Page No. Paragraph No. CONTRACTOR REQUESTS: ❑ Information ❑ Interpretation ❑ Clarification for the items described below or in the attached material referenced below: CONTRACTOR'S PROPOSED SOLUTION: REQUESTED BY: DATE: ENGINEER'S RESPONSE: ❑ Information ❑ interpretation ❑ Clarification for the items described above or in the attached material referenced: RESPONSE BY: DATE: T:Gspecs'D1V 01 - GENERAL REQUIREMENTSIFORMSIREQUEST FOR INFORT IATION.doex FREES ° ?MC OLS CONTRACTOR'S MODIFICATION REQUEST (4.42 / ) PROJECT: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DESCRIPTION: PROJECT NUMBER: NO. NOTIFICATION BY CONTRACTOR The Contractor proposes to make the additions, modifications, or deletions to the Work described in the Contract Documents, as shown in Attachment "A' and requests that you take the following action: By: Notify us that you concur that this change does not require a change in Contract time or amount and issue a Field Order. Issue a Change Order for performing the described change. Change in Contract amount is indicated in the attached detailed cost breakdown of labor, materials, equipment and all other costs associated with this change. Impacts on Contract Time are shown in the attached revised schedule. Authorize the Contractor to proceed with the described change. Payment will be requested at the unit price bid. Authorize the Contractor to proceed with the change under the time and materials provisions of the Contract. CONSTRUCTION MANAGER'S RESPONSE We respond to your request as follows: By: Date: We concur that this is a no cost or time change. See attached/forthcoming Field Order No. / comments. Your proposal is recommended to the Owner. See attached/forthcoming proposed Change Order. Proceed with the change at the unit price bid. Proceed with the change under the time and materials provisions of the Contract. Additional information is required to evaluate this request. Provide information as described in the attached comments and resubmit. Contractor's Modification Request is not accepted. Date: T_lspecs\D1V 01 - GENERAL REQUIREMENTSWORMSICONTRAGTOR _MODIFICATION _REQUEST.docx FREESE 4fitiCHOLS CONSENT OF SURETY COMPANY TO PAYMENT PROCEDURES (4.86/ ) PROJECT: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, inc. PROJECT NUMBER: The Surety Company, on bond of the Contractor listed aboveforthe referenced uform method o paymenaccordance th theh the Contract Documents, hereby approves schedule of values, payment �! referenced project. In witness whereof, the Surety Company has hereunto set its hand this Attach Power of Attorney day of 24 By Surety Company Title Authorized Representative Address: T_IspecsOlV 01 - GENERAL REQUIREMENTSTORMSICONSENT OF SURETY TO PAYMENT PROCEDURES.docx Q W w 0 Et Et 4 or 0 hzZ O O O ti ti PROJECT NUMBER: O 1- 0 n (Wj<4 Z w 5rZ Q 0 CO PROJECT: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, in. w U 56 z>z NAME OF SUPPLIER H. 0 W w 0.. 1 0 Q Q_ U? 1- 0 LS.. __1 TOTAL SCHEDULED VALUE ATTCNMENT AA@ OR B@ ITEM No. o H FRE SE. SUBMITTAL TRANSMITTAL (4. / ) PROJECT: OWNER: CONTRACTOR: ARCHITECT/ENGINEER: Freese & Nichols, Inc. PROJECT NUMBER: REFERENCE DATA: Contractor's Submittal No. Specification Section: Plan Sheet No.: Description: CONTRACTOR'S CERTIFICATION: 1 hereby certify that this submittal has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Orders and Field Orders. CERTIFIED BY: TYPE DESCRIPTION #SENT #RET'D CMR Contractor's Modification Request CTR Certified Test Report E1R Equipment Installation Report O&M Operation & Maintenance Manual NBC Notification By Contractor PCM Proposed Contract Modification PR Payment Request pp Project Photographs RD Record Data RFI Request For Information SAM Sample SCR Schedule Of Progress SD Shop Drawing ❑ Approved El Approved As Corrected ❑ Not Approved ❑ Revise & Resubmit ❑ Filed As Received ❑ Final Distribution ❑ Change Order Issued ❑ Field Order Issued ❑ Recommended For Approval ❑ Returned MO Review ❑ Add'1 Information Required ❑ Cancelled ❑ See Review Comments ❑ Pending Change Order DATE RECEIVED BY COMMENTS: DATE RETURNED BY DISTRIBUTION REVIEW NO SENT TO. NO. SENT TO. DEPT. BY DATE SENT DATE RET=D T:lspecs\DN 01 - GENERAL REQUIREMENTSIFORMS\SUBMITTALTRANSMITTAL.docx Concrete Mix Design PROJECT NAME: FM PROJECT NUMBER: PROJECT LOCATION: OWNER: GENERAL CONTRACTOR: MIX NUMBER / CLASS: A. Mix Design Cement = lb/yd3 Fly Ash = lb/yd3 Other Cementitious Material: lb/yd3 Fine Aggregate (Dry Weight) = Ib/yd3 Coarse Aggregate (Dry Weight) -- Ib/yd3 Water = Ib/yd3 Water Reducing Admixture _ oz/yd3 High Range Water Reducer = oz/yd3 Air Entraining Admixture -- ozlyd Other Admixture: oz/yd3 = inches ib/yd3 Slump Gross Weight Air Content Water/Cement Ratio B. Materials S SOURCE ASTM TYPE REMARKS Cement Fly Ash Other Cementitious Material: Fine Aggregate Coarse Aggregate Water Water Reducer High Range Water Reducer Air Entraining Other Admixture: Cast -in -Place Concrete BBW 6/26/06 03300-1 Attachment A Documentation of Average Strength — Field Strength Test Record (ACI 301, 4.2.3.4.a) A. Summary of test records: (Provide supporting documentation.) Test Record No. No. of Tests in Record Duration of Record (days) Water- Cementitious Materials Ratio Average Strength {psi} B. Interpolation used? ■ Provide an interpolation calculation or plot of strength versus proportions. C. Submit the following data for each mix: 1. Brand, type and amount of cement. 2. Brand, type and amount of each admixture. 3. Source of each material used. 4. Amount of water. 5. Proportions of each aggregate material per cubic yard. 6. Gross weight per cubic yard. 7. Measured slump. 8. Measured air content. 9. Results of consecutive strength tests. Cast -in -Place Concrete BBW 6I26/06 03300-3 PROJECT NUMBER: 00 Z Z Ce 0 E„ Ers 0 U U ❑ C 0 O) a) 2 C O)C O El O 7 v c0 U L O O O C © ❑ -0 W 0) O CL ❑ a) O m E 0. Ea I - a_ o❑ 0 c Ey [— W y-F ❑© Z O Z U � ❑ ❑ sulating Thickness ra.0 cm a>as as En Circuit Length Date Cable Made 0 0 L O © O 0 O v as .0 O� • (1) 0 E O_ a) ViS 0. ❑© ❑❑ cNI -O W c 6 Wp O Q Calibration Date: • O o_ ZE as 2 0 CO a) D a) 0) _C Ct = 0 N ❑}-'. Duct Temperature o H as ce) O a) Cr) MEDIUM VOLTAGE CABLE TEST REPORT CHECK LIST 1, Check all exposed and accessible cable terminations. 2. Check exposed cable for physical damage. 3. Check for minimum bend radius per N.E.C. and manufacturer. 4. Check for cable size, type, phasing, and terminations per plans and wiring diagrams. 5. Check cable "shield" terminations where applicable. 6. List discrepancies noted on above items. Tlspecs\DIV. 01 GENERAL REOUIREMENTSIPORMSIMEOIUM VOLTAGE CABLE TEST REPORT.doc Page 3 of 3 MOTOR START UP REPORT CHECK LIST 1. Check motor for physical damage. 2. Check motor for correct size and type per plans and wiring diagram. 3. Check for adequate ventilation, lighting and clearance per N.E.C. and manufacturer's recommendations. Note discrepancies. 4. Check for appropriate chain, belt or shaft guards. 5. Check wiring and mounting of motor accessories such as: mag. pick-ups, vibration sensors, safety switches. T:Ispecs\DIV. 01 GENERAL REQUIREMENTSIFORMSIMOTOR STARTUP REPORT.doc Page 2 of 2 F EESE NICHOLS PRESSURE PIPE TEST REPORT (4. / ) PROJECT: PROJECT NUMBER: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. DATE: REFERENCE DATA: No.: Description: Specification Section No.: Page No.: Par. No.: Sheet No.: Entitled: Detail Designation: Drawing Attached: D Yes ❑ No PIPELINE IDENTIFICATION: System Fluid: Identification No.: Pipe Size: Pipe Material: LOCATION: Structure: NIS Coord.: E/W Coord.: Station: Elev.: Test Section: From: To: Test Fluid Test Pressure Test Time Required Allowable Pressure Loss/Fluid Make-up Test No. Test Time Initial Pressure Final Pressure Pressure Change Fluid Added Test Pass/Fail Tested By Date , i T:lspecs\DIV 01 - GENERAL REQUIREMENTSWORMS\PIPELINE PRESSURE TEST REPORT.doc FEE SWITCHGEAR TEST REPORT (4. / PROJECT: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PROJECT NUMBER: REFERENCE DATA: Report No.: Description : Specification Section Na: Page No.: Par No.: Sheet No.: Entitled: Detail Designation: Drawing Attached: Yes ❑ No ❑ EQUIPMENT IDENTIFICATION: Name (From Drawings): identification No.: Unit No.: Manufacturer: Model No.: Serial No.: Installed by: Date: LOCATION: Structure: N/S Coord. EIW Coord. Station Elev. RESISTANCE TESTER: Mfgr. Model No.: Serial No. Range Megohms MaxVoltage Comments °F %RH DATE WEATHER: NAME PLATE DATA: TYPE AND RATING CURRENT PHASE VOLTAGE FAULT CURRENT RATING Insulation Resistance (Megohms after 15 seconds) Performance: Witnessed: Phase A Phase B Phase C Date: T:lspecsUDMV. 01 GENERAL REQUIREMMENTSIFORMS SWITCHGEAR TEST REPORT.doc Page 1 of 2 TRANSFORMER TEST REPORT (4. / PROJECT: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PROJECT NUMBER: REFERENCE DATA: Report No.: Specification Section No.: Sheet No.: Detail Designation: Description: Page No.: Par. No.: Entitled: Drawing Attached (YIN) EQUIPMENT IDENTIFICATION: Name (From Drawings): Unit No.: Manufacturer: Model No.: Installed by: Serial No.: Date: Identification No.: LOCATION: Structure: N/S Coord.: ENV Coord.: Station: Elev.: RESISTANCE TESTER: Mfgr.: Model No.: Serial No.: Range: Megohms: MaxVoltage: vdc Date Last Calibrated: WEATHER: EF %RH NAMEPLATE DATA: KVA: PRIMARY VOLTAGE TYPE: PHASE: SECONDARY VOLTAGE HZ: Primary Insulation Resistance (Megahoms after 15 sec) Phase A Phase B Phase C Secondary Insulation Resistance (Megahoms after 15 sec) Phase A Phase B Phase C Test By: Witness By: Date: Test by: Witness by: Date: T:\specs\DIV. 01 GENERAL REQUIREMENTS.FORMSiTRANSFORMERTEST REPDRT.dac Page 1 of 2 PROJECT NUMBER: Freese & Nichols, inc. LLJ 0< Z o 0 of 0 co a? cis N CL. a5 N a d z: ra a) 0 6' ca a* .0N 0 m a o <0 0 rn 0 1- 0 LL I-- H ❑a Z O U Op❑ ZZ ca QI;m <>0r Dam §QCO{} N 4- 0 a) 0) ca 0 0 uJ w cs J 0 Lit 0 z 2 5 w c� Ci cu cu FREESE KRCHOL PROJECT: OWNER: CONTRACTOR: ENGINEER: EQUIPMENT INSTALLATION REPORT Freese & Nichols, Inc. (4.36 / PROJECT NUMBER: REFERENCE DATA: EIR No.: Description: Specification Section No.: Page No.: Par. No.: Sheet No.: Entitled: Detail Designation: Drawing Attached: ❑ Yes ❑ No EQUIPMENT IDENTIFICATION: Name (from drawings): Identification No.: Unit No.: Manufacturer: Capacity: Model No.: Serial No.: LOCATION: Structure: N/S Coord.: EMI Coord.: Station: Elev.: Date Installation Completed: OPERATOR TRAINING HAS BEEN CONDUCTED ON: ❑ Operation of Equipment ❑ Routine Maintenance ❑ Trouble Shooting ❑ Emergency Procedures ❑ Lubrication Procedures ❑ Start up and Shutdown ❑ Supplementary Instruction/Training Manuals Operator Training Conducted: Dates: No. of Hours Firm/lnstructor: EQUIPMENT HAS BEEN CHECKED FOR: ❑ Installation ❑ Lubrication ❑ Alignment ❑ Stress Imposed by Piping and/or Anchor Bolts ❑ Operation under Full Load Conditions ❑ Other Conditions as Specified hereby certify that ! was present when the equipment described above was placed in operation and have inspected, checked and adjusted the equipment as necessary for its proper operation. As an authorized technical representative of the equipment manufacturer, ! approve the installation and authorize operation of the equipment. By: Date: Representing: Witnessed by: T.lspecs&DIV 01 - GENERAL REQUIREMENTSIFORMSIEQUIPMENT INSTALLATION REPORT.doc ELECTRICAL ❑ Operating Procedure ❑ Circuit Directories ❑ Maintenance Procedures ❑ Electrical Components (by model) ❑ As -installed Wiring Diagrams ❑ As -Installed Control Diagrams by Control Mfg. ❑ Written Description of the Sequence of Operation for Electrical Controls WARRANTY AND SERVICE ❑ Warranty Included ❑ Extended Service Agreement ❑ Service Data MANUAL PRESENTATION ❑ Manual Text and Drawings Legible ❑ Text Pages 8-1/2 x 11 ❑ Drawing 8-1/2 x 11 or 11 x 17 placed in envelopes bound in Manual ❑ Non Pertinent Data Deleted ❑ Table of contents ❑ Binder Comment Number Reviewed By Review Comments By: T:15pecs\DIV Di - GENERAL REQUIREMENTSIFORMS\O&M MANUAL REVIEW REPORT.doc Page 2 of 2 FREEZE. .2C.KOL CONSENT OF SURETY COMPANY TO REDUCTION OF OR PARTIAL RELEASE OF RETAINAGE (4.86/ ) PROJECT: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, Inc. PROJECT NUMBER: The Surety Company, on bond of the Contractor listed above for the referenced project, in accordance with the Contract Documents, hereby approves a reduction of or partial release of retainage to the Contractor in the amount of and agrees that payment of this amount to the Contractor shall not relieve the Surety Company of any of its obligations to the Owner under the terms of the Contract, and as set forth in said Surety Company's bond. In witness whereof, the Surety Company has hereunto set its hand this Attach Power of Attorney day of 20. Surety Company By: Authorized Representative Title: Address: T:\specs\DIV 01 - GENERAL REQUIREMENTSIFORMS\CONSENT OF SURETY TO RELEASE OF RETAINAGE.docx FREESE 2i% HCHOLS CONTRACTOR'S AFFIDAVIT OF RELEASE OF LIENS (4. / ) PROJECT: OWNER: CONTRACTOR: ENGINEER: Freese & Nichols, inc. PROJECT NUMBER: The Contractor, in accordance with the Contract Documents, and in consideration for the full and final payment to the Contractor for all services in connection with the project, does hereby waive and release any and all liens, or any and all claims to liens which the Contractor may have on or affecting the project as a result of its contract(s) for the Project or for performing labor and/or furnishing materials in any way connected with the construction of any aspect of the project. The Contractor further certifies and warrants that all subcontractors of labor and/or materials for the Project, except as listed below, have been paid in full for all labor and/or materials supplied to, for, through or at the direct or indirect request of the Contractor prior to, through and including the date of this affidavit. EXCEPTIONS: (If none, write "NONE". The Contractor shall furnish a bond, acceptable to the Owner, for each exception.) CONTRACTOR By Title Subscribed and sworn to before me this day of , 20 Notary Public: My Commission Expires: T:1specs1DIV 01 - GENERAL REQUIREMENTSIFORMSAFFIDAVIT OF RELEASE OF LIENS.dacx 01 32 17 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a progress schedule for the work and update the schedule on a monthly basis for the duration of the project. B. Provide schedule in adequate detail to allow Owner to monitor the work progress, to anticipate the time and amount of progress payments, and to relate submittal processing to sequential activities of the work. C. Incorporate and specifically designate the dates of anticipated submission of submittals and the dates when submittals must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the work per the schedule submitted. E. Take into consideration when preparing schedule the requirements of Section 0135 00 "Special Procedures." 1.02 SUBMITTALS A. Submit progress schedules in accordance with Section 01 33 00 "Submittal Procedures." Submit schedules within the following times: 1. Preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. 2. Detailed schedule at least 10 days prior to the first payment request. B. Submit progress schedules with requests for partial payment. Schedules may be used to evaluate the requests for partial payment. Failure to submit the schedule may cause delay in the review and approval of progress payments. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the work. 2. Assure the coordination of the work of the Contractor and the various subcontractors and suppliers. 3. Assist in monitoring the progress of the work. 4, Assist in evaluating proposed changes to the contract and project schedule. 5. Assist the Owner in review of Contractor's monthly payment requests. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes work to be performed on the project. It is intended that the schedule accomplish the following: Construction Progress Schedule 013217 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 3. Allow a reasonable time to review submittals, taking into consideration the size and complexity of the submittal, the submission of other submittals, and other factors that may affect review time. 4. Allow time for re -submission of the submittals for each item. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous submittals and far time lost when submittals are submitted for products that do not meet specification requirements. G. Update the schedule at the end of each monthly partial payment period to indicate the progress made on the project to that date. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the work. 1. Submit a written report if the schedule indicates that the project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule b. Narrative description of the steps to be taken to bring the project back on schedule. c. Anticipated time required to bring the project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the project back on schedule. B. Revise the schedule to indicate any adjustments in contract time approved by change order. 1. Revised schedule is to be included with Contract Modification Request and in response to Proposed Contract Modifications by the Owner and Engineer for which an extension of time is requested. 2. Failure to submit a revised schedule indicates that the modification shall have no impact on the ability of the Contractor to complete the project on time and that the cost associated with the change of additional plant or work force have been included in the cost proposed for the modification. C. Updating the project schedule to reflect actual progress is not considered a revision to the project schedule. D. Payment estimates may not be recommended for payment without a revised schedule and if required, the report indicating the Contractors plan for bringing the project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. Construction Progress Schedule 013217 - 3 FrW11104—Village Creek WRF Deep Filters 1-20 Mods. 0132 33 PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide one aerial photograph of the completed Project from an angle and height to include the entire project site. B. All photographs provided under this section and digital copies of these photographs are to become the property of the Owner. Photographs may not be used for publication, or public or private display without the written consent of the Owner. C. Cost of Photographic Documentation is to be included in the Contractor Construction Phase fee. 1.02 QUALITY ASSURANCE A. Provide clear photographs taken with proper exposure. View photographs in the field and take new photographs immediately if photos of an adequate print quality cannot be produced. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 SUBMITTALS A. Submit photographic documentation as record data in accordance with Section 0133 00 "Submittal Procedures." 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. Contractor shall take a minimum of 20 digital photographs per month during the total duration of the construction project. B. Take photographs at locations acceptable to the Engineer and Owner. C. Provide a digital copy of each photograph taken. At the end of the project, the Contractor shall submit a two (2) CD/DVD with all the photographs copied to the disks. D. Label each digital photo with below items: 1. Project Name 2. Date and Location E. Final photographs a -re to include -two 24 by 30 inch glossy color pants for each photograph Selected by the Owner. E. Upon final completion of the project, the Contractor shall take final photographs of the project and the Owner will select up to two photographs to have in 24-by-30-inch glossy color prints. 3.00 EXECUTION (NOT APPLICABLE) photographic Documentation 0132 33 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 01.33 00 SUBMITTAL PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the Owner and Engineer to: 1. Record the products incorporated into the Project for the Owner. 2. Provide information for operation and maintenance of the Project. 3. Provide information for the administration of the Contract. 4. Allow the Engineer to advise the Owner if products proposed for the project by the Contractor conform, in general, to the design concepts of the Contract Documents. 8. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the Engineer's review of submittals. Contract modifications can only be approved by Change Order or Field Order. 1.02 CONTRACTOR'S RESPONSIBILITIES A. Review and certify all submittals prior to submission. B. Determine and verify: 1. Field measurements. 2_ Field construction requirements. 3. Location of all existing structures, utilities and equipment related to the submittals. 4. Submittals are complete for their intended purpose. 5. Conflicts between the submittals related to the various Subcontractors and Suppliers have been resolved. 6. Quantities and dimensions shown on the submittals. C. Submit information per the procedures described in this section and the detailed specifications. D. Furnish the following submittals: 1. As specified in the attached Submittal Schedule. 2. Schedules, data and other documentation as described in detail in this section or referenced in the General Conditions and Contract Documents. 3. Documentation required for the administration of the Contract per Section 013113 "Project Coordination." 4. Shop Drawings required for consideration of a contract modification per Paragraph 1.08. 5. Submittals as required in the detailed specifications. 6. Submittals not required will be returned without Engineer's review. Submittal Procedures 01 33 00 -1 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 2. Create and submit color PDF documents where color is important to the evaluation of the submittal and / or where comments will be lost if only black and white PDF documents are provided. Submit sample and color charts per Paragraph 1.04H. B. Transmit all submittals, with a properly completed Submittal Transmittal Form as provided by the Engineer. 1. Use a separate transmittal form for each specific product, class of material, and equipment system. 2. Submit items specified in different sections of the Specifications separately unless they are part of an integrated system. C. Assign a submittal number to the documents originated to allow tracking of the submittal during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix 1 Descript[on , F „ Originator=- AP Application for Payment Contractor CO Change Order Engineer CMR Contract Modification Request Contractor CTR Certified Test Report Contractor EIR Equipment Installation Report Contractor ET Equipment Training Contractor FO Field Order Engineer NBC Notification by Contractor Contractor O&M Operation & Maintenance Manuals Contractor PCM Proposed Contract Modification Engineer PD Photographic Documentation Contractor RD Record Data Contractor RFI Request for Information Contractor SAM Sample Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of submittal. 3. Issue numbers for resubmittals that have the same number as the original submittal followed by an alphabetical suffix indicating the number of times the same submittal has been sent to the Engineer for processing. For example: SD 025 A represents shop drawing number 25 and the letter "A" designates this is the second time this submittal has been sent for review. 4. Clearly note the submittal number on each page or sheet of the submittal. Submittal Procedures 0133 00 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 1.05 REVIEW PROCEDURES A. Shop drawings are reviewed in the order received, unless Contractor request that a different priority be assigned. B. Mark a submittal as "Priority" to place the review for this submittal ahead of submittals previously delivered. Priority submittals will be reviewed before other submittals for this Project which have been received but not reviewed. Use discretion in the use of "Priority" submittals as this may delay the review of submittals previously submitted. Revise the Schedule of Contractor's Submittals for substantial deviations from the previous schedule. C. Review procedures vary with the type of submittal as described in Paragraph 1.06. 1.06 SUBMITTAL REQUIREMENTS A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection or installation of the product without additional detailed information from the Supplier. 1. Shop Drawings are requested so that the Engineer can: a. Assist the Owner in selecting colors, textures or other aesthetic features. b. Compare the proposed features of the product with the specified features so as to advise the Owner that the product does, in general, conform to the Contract Documents. c. Compare the performance features of the proposed product with those specified so as to advise the Owner that it appears that the product will meet the designed performance criteria. d. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. 2. Certify on the Contractor's stamp that the Contractor has reviewed the Shop Drawings and made all necessary corrections such that the products, when installed, will be in full compliance with the Contract Documents. Shop Drawings submitted without this certification will be returned without review. 3. Submit Shop Drawings for: a. Products indicated in the submittal schedule following this section. b. When a substitution or equal product is proposed in accordance with Paragraph 1.08 of this Section. 4. Include a complete description of the material or equipment to be furnished. Information is to include: a. Type, dimensions, size, arrangement, model number, and operational parameters of the components. b. Weights, gauges, materials of construction, external connections, anchors, and supports required. Submittal Procedures 0133 00 - 5 ETW11104—Village Creek WRF Deep Filters 1-20 Mods. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the project site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Extended Warranty (EW): A guarantee of performance for the product or system beyond the normal 1 year warranty described in the General Conditions. Issue the warranty certificate in the name of the Owner. 4. Extended Service Agreement (ESA): A contract to provide maintenance beyond that required to fulfill requirements for warranty repairs, or to perform routine maintenance for a definite period beyond the warranty period. Issue the service agreement in the name of the Owner. 5. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 6. Certification of Applicator/Subcontractor (CSQ): A certified letter stating that the Applicator or Subcontractor proposed to perform a specified function is duly designated as factory authorized and trained for the application of the specified product. C. Submit record data to provide information to allow the Owner to adequately identify the products incorporated into the project and allow replacement or repair at some future date. 1. Provide record data for all products per the submittal schedule. Record data is not required for items for which Shop Drawings and/or operations and maintenance manuals are required. 2. Provide information only on the specified products. Submit a Contract Modification Request for approval of deviations or substitutions and obtain approval by Field Order or Change Order prior to submitting record data. 3. Provide the same information required for Shop Drawings. 4. Record data will be received by the Engineer, logged, and provided to Owner for the Project record. a. Record data may be reviewed to see that the information provided is adequate for the purpose intended. Inadequate drawings may be returned as unacceptable. b. Record data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. D. Provide Samples for comparison with products delivered to the Site for use on the Project. 1. Samples shall be of sufficient size and quantity to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 2. Indicate the full range of color, texture, and patterns. Submittal Procedures 0133 00 - 7 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 2. When a substitution or equal product is proposed in accordance with Paragraph 1.08 of this Section. 1.08 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit request by Contract Modification Request (CMR) per Section 013113 "Project Coordination." Identify the deviations and the reason the change is requested. C. Include the amount if cost savings to the Owner for deviations that result in a reduction in cost. D. A Change Order or Field Order will be issued by the Engineer for deviations approved by the Owner. Deviations from the Contract Documents may only be approved by Change Order or Field Order. 1.09 SUBMITTALS FOR EQUAL NON SPECIFIED PRODUCTS A. The products of the listed suppliers are to be furnished where detailed specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution and must be approved per Paragraph 1.09. B. Contractor may submit other manufacturers' products that are in full compliance with the specification where detailed specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit Shop Drawings of adequate detail to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the Engineer's responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the submittal. c. The decision of the Engineer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. Submittal Procedures 0133 00 - 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. C. Pay engineering cost for review of substitutions. 1. Cost for additional review time will be billed to the Owner by the Engineer for the actual hours required for the review and marking of shop drawings by Engineer and in accordance with the following rates: Principal -in -Charge 235 Project Manager 220 Design Engineer 145 Engineering Technician 120 Clerk 75 2. Cost for the additional review shall be paid to the Owner by the Contractor on a monthly basis. 1.11 WARRANTIES AND GUARANTEES A. Submit warranties and guarantees required by the Contract Documents with the Shop Drawings or record data. B. Provide additional copies for equipment and include this additional copy in the Operation and Maintenance Manuals. Refer to Section 0178 23 "Operation and Maintenance Data." C. Provide a separate manual for warranties and guarantees. 1. Provide a log of all products for which warranties or guarantees are provided, and for all equipment. Index the log by Specification section number on forms provided by the Engineer. 2. Indicate the start date, warranty or guarantee period and the date upon which the warranty or guarantee expires for products or equipment for which a warranty or guarantee is required. 3. Indicate the date for the start of the correction period specified in the General Conditions for each piece of equipment and the date on which the specified correction period expires. 4. Provide a copy of the warranty or guarantee under a tab indexed to the log. 1.12 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the submittals required by the Engineer and resubmit until approved. B. For Shop Drawings: 1. Revise initial drawings or data and resubmit as specified for the original submittal. 2. Highlight in yellow those revisions which have been made in response to the first review by the Engineer. 3. Highlight in blue any new revisions which have been made or additional details of information that has been added since the previous review by the Engineer. Submittal Procedures 0133 00 -11 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. StJBMITTAI SCHEDULE Spec Number Description tut 0. N W 175 Gl X Lu o.: re 0 c< rocess Performance Bond 32 1613 Rollover Curb and Gutter 33 05 01.02 Ductile Iron Pipe and Fittings 33 05 01.10 Polyvinyl Chloride (PVC) Pressure Pipe and Fittings x 33 05 01.13 Sanitary Sewer Pipe (PVC) 33 11 13.13 Steel Pipe x x x 33 11 13.16 Stainless Steel Pipe and Fittings 33 12 16.13 Miscellaneous Valves 33 12 16.16 Air Release and Air and Vacuum Valves 33 12 16.23 Gate Valves x 33 12 16.26 Butterfly Valves x x 33 12 16.33 Swing Check Valves 33 12 16.35 Dual Disc Check Valves 40 05 50 Fabricated Gates 40 05 53 Identification for Process Piping and Equipment 40 80 00 Testing 40 90 00 Instrumentation General Provisions 40 91 13 Field Instruments 40 92 13.13 Motorized Valve Actuators 40 94 44 Distributed Control System 40 95 15 Input/Output List 40 95 25 Panel Mounted Control Equipment 40 95 34 Fiber Optic Data Network 40 96 20 Field Instrument List 40 96 30 Instrumentation Control Loop Descriptions 40 96 35 Application Services Table of Required Submittals 01 33 00.01- 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 0133 00.01 TABLE OF REQUIRED SUBMITTALS 1.00 GENERAL 1.01 REQUIRED SUBMITTALS A. The following tabulation list the submittals required for each Submittal Section. Each Specification section may provide more detailed information regarding the data to be provided for each product, materials, equipment or component required by the specification. Provide additional documentation as required by the Contract Documents in accordance with Section 0133 00 "Submittal Procedures" and each Specification section and as reasonably requested by the Owner, Construction Manager and Engineer. B. Incorporate each submittal in the Construction Schedule and Indicate the date each submittal is anticipated to be submitted. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) Table of Required Submittals 0133 00.01-1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 23 07 13 Duct Insulation SUBMITTAL SCHEDULE c» L ca 0 v N LL' cr 0 cc 0. is w. E 23 07 19 Pipe Insulation 23 23 00 Refrigerant Piping 23 31 13 Metal Ducts 23 33 00 Duct Accessories 23 34 23 Power Ventilators 23 37 13 Diffusers, Registers, and Grilles 23 8126 Split -System Air -Conditioning Units 26 00 00 26 05 13 Electrical — General Provisions Medium Voltage Cables 26 05 19 Wires and Cables (600 Volt Maximum) 26 05 26 Grounding and Bonding System 26 05 29 Electrical Support Hardware 26 05 30 Electrical Buildings (EE3G) 26 05 33 Raceways, Boxes, and Fittings 26 05 36 Cable Tray 26 05 43 Underground System 26 05 50 NEMA Frame Induction Motors, 600 Volts and Below 26 05 60 Electrical Heat Tracing 26 05 73 Power System Study 26 12 19 Pad Mounted Transformers 26 22 13 Distribution Dry -Type Transformers 26 24 13 Low Voltage Distribution Switchboards 26 24 16 Panelboards 26 24 19 Low Voltage Motor Control Centers Table of Required Submittals 0133 00.01- 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 32 16 13 Rollover Curb and Gutter SUBMITTAL SCHEDULE` '. CL u CO U J CD 0 y c o u, tus a) U ` -o 0 a! te 33 05 01.02 Ductile Iron Pipe and Fittings 33 05 01.10 33 05 01.13 Polyvinyl Chloride {PVC) Pressure Pipe and Fittings Sanitary Sewer Pipe {PVC) 33 11 13.13 Steel Pipe 33 1113.16 Stainless Steel Pipe and Fittings 33 12 16.13 Miscellaneous Valves 33 12 16.16 Air Release and Air and Vacuum Valves 33 12 16.23 Gate Valves 33 12 16.26 Butterfly Valves 33 12 16.33 Swing Check Valves 33 12 16.35 Dual Disc Check Valves 40 05 50 Fabricated Gates 40 05 53 40 80 00 Identification for Process Piping and Equipment Testing 40 90 00 Instrumentation General Provisions 40 91 13 Field Instruments 40 92 13.13 Motorized Valve Actuators 40 94 44 Distributed Control System 40 95 15 Input/Output List 40 95 25 40 95 34 Panel Mounted Control Equipment Fiber Optic Data Network 40 96 20 Field Instrument List 40 96 30 Instrumentation Control Loop Descriptions 40 96 35 Application Services Table of Required Submittals 0133 00.01- 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Plant Operations: The City of Fort Worth (COFW) of Texas has permits from the State of Texas and the United States Environmental Protection Agency to discharge treated effluent from the Village Creek Water Reclamation Facility. Both the quantity and quality of effluent discharged from the plant is regulated by these permits. The Contractor shall closely coordinate all construction activities with the Owner to allow the plant to be operated and maintained within the limits set forth in the permits, and the Contractor shall in no way cause a violation of these permits. Prior to the start of any work on the project, the Contractor shall develop a construction schedule with a sequence of operations which will permit full, normal treatment of sewage during construction. Such schedule shall meet the approval of the Owner and shall be updated, at a minimum, on a monthly basis to reflect the actual construction progress. A copy shall be included with each pay estimate. Contractor shall upload the updated schedule to Buzzsaw, in both Adobe Acrobat (PDF) format and Microsoft Project format each month. B. in order to meet the requirements of the plant discharge permits and to maintain plant operations during construction, it will be necessary to complete and make operational specific new facilities or initiate certain temporary actions prior to demolishing or modifying specific existing facilities. The Contractor shall submit, in accordance with Section 01 32 17 "Construction Progress Schedule", a detailed plan on how the work is to be accomplished. The Contractor is expected to include all contractual work elements into the appropriate phases. C. Perform the work as required and complete the following construction facilities or activities by the milestone completion dates shown. These activities are critical to the overall completion of the work. D. The following sequence is for information only and is intended to represent a general sequence of construction of major activities in which the work can proceed. The sample sequence provided in this specification is not intended to represent a complete shutdown and work plan. Although the Contractor is not obligated to follow the sample sequence as set forth in this specification, his plan shall conform to the construction constraints specified herein. Where shutdown or diversion durations are indicated, they refer to one continuous time period. All shutdowns or diversions must be made by the Owner. Consecutive shutdowns or diversions may be separated by a minimum period of 14 days (longer where indicated) to allow for plant process recovery. This work must be coordinated and scheduled with the Owner and shall be coordinated with all existing Village Creek Water Reclamation Facility work under Other Contracts. Special Procedures 0135 00 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. SPECIAL CONSTRAINT NOTE #6: Contractor shall take the following steps to minimize disruption and down time to the plant electrical and control systems during the construction phase of the project. The following steps are to be taken for temporary operation of filters that shall be rehabilitated before the new DCS and electrical systems are an line. • Temporary power shall be provided to all new valves installed. • Terminate the valve control inputs and outputs to the existing PLC I/O to allow temporary filter operation. All new I/O points associated with each valve will not be able to be connected to the existing PLC. At a minimum the I/O shall consist of valve open, valve close, valve opened, and valve closed. • The existing filter level switches shall remain in place and operational to maintain existing filter operations. • The new loss of head transmitter shall be connected to the existing PLC I/O to be utilized for temporary filter operations. • The new effluent flow transmitter shall be connected to the existing PLC I/O to be utilized for temporary filter operations. • All instruments and systems common to all filter operations shall not be modified until the final phase of filter rehabilitation. • New race ways and wire may be utilized if sufficient wire is left available to be re-routed to the new DCS and electrical systems once online. The splicing of wire is only allowed where shown on the drawings and will only be accomplished with wire at specified terminals. • The contractor shall be responsible for verifying operation and startup of all equipment and systems following any and all shutdowns. • The owner will make any minor modifications required to the existing PLC logic for temporary rehabilitated filter operation. Minor modification examples include adjusting scaling of analogue inputs, adjusting time durations, etc. The owner will not be responsible for any wiring modifications. Once the new DCS and electrical systems are online, the subsequent filters to be rehabilitated shall be connected to the new systems. The previously rehabilitated filters associated equipment and instruments shall be scheduled to be connected to the new systems one filter at a time. Temporary power to the new electrical building shall be provided by installing T body terminators on one of the new transformer feeders in one of the existing pad mounted switchgears. The new feeder shall then be terminated to the switchgear and the existing transformer feeder shall be terminated to the back of the new T body so that both transformers may be energized at the same time. Once power has been established in the new building, electrical loads may start to be transferred to the new system. SPECIAL CONSTRAINT NOTE #7: Contractor shall install new application -software and verify operation before disconnecting I/O from the existing PLC and transitioning to the new DCS System. SPECIAL CONSTRAINT NOTE #8: Start-up of all equipment and systems shall conform to Section 01 75 00 "Starting and Adjusting". Unless noted otherwise in the Contract Special Procedures 0135 00 - 3 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. Filter Underdrain and Media Replacement and Filter Trough Modifications. ■ Backwash Header Valve Replacement • Group 3 (640 Days) o Plant Sewer Meter Vault No. 3 Modifications o Influent Channel Construction Joint Repair o Filter Effluent Channel Construction Joint Repair a Waste Wash Water Channel Construction Joint Repair SPECIAL CONSTRAINT NOTE #18: The Group 1 work (special constraint note #17) shall be completed before the 10t filter 11th filter is given to the Contractor by the Owner. If the group 1 work is not completed by the specified timeframe, then the Contractor will not be able to proceed to the next set of filters. SPECIAL CONSTRAINT NOTE #19: The Contractor shall notify the Owner when the water supply for the reclaimed water system will be out of service. The Owner will need to be notified three weeks in advance so that the Owner can properly notify their water re -use customers. SPECIAL CONSTRAINT NOTE #20: No major shutdowns will be allowed to take place on the weekends (Saturday and Sunday). SPECIAL CONSTRAINT NOTE #21: The existing blower shall remain in service at all times during the filter modifications. The existing blower shall provide temporary air for the A modified filter cells. The Contractor shall coordinate with the filter manufacturer for the modified air scour procedures. Once the new blower is installed and accepted by the Owner, the contractor shall remove the temporary air piping connections at filter cells which have been modified. CONSTRUCTION WORK NOT REQUIRING A MAJOR SHUTDOWN The following construction work may be completed concurrently with the remaining sequence items in this specification subject to specified operational restrictions. Each of the following items should not require a major plant shutdown. A majority of this work can be completed before or after the construction activities that require a major shutdown. 1. The two (2) new blowers and canopy structure 2. New MCC Building Construction and Associated Site -Civil Work 3. Existing Filter Control Building No. 1 HVAC and Ceiling Grid Tile Modifications NOTE: The existing PLC, which is located inside of the Filter Control Building No.1 must stay in operation at all times and shall not be damaged during the construction of the HVAC and ceiling tile modifications. 4. New Filter Control Building No. 2 5. Filter Pipe Gallery Miscellaneous Modifications Special Procedures FTW11104 Village Creek WRF Deep Filters 1-20 Mods. 013500-5 the set of filters that are being taken out of service. Damage to the existing aeration diffusers shall be repaired or replaced at no additional cost to the Owner. The existing aerators have a stainless steel cable, which allows the Contractor to hoist them out of the channel. Contractor shall coordinate with City staff prior to the removal of these aeration diffusers. d. The Waste Wash Water Purnp Station will be out of service during this shutdown. The Contractor shall install a temporary plug on the existing waste wash water valve opening. The Contractor shall access the waste wash water channel through existing valve openings. The existing valves leak excessively and the Contractor will have to provide additional pumping in order to allow a worker down into the waste wash water channel. e. During this shutdown, the Contractor shall remove and replace the existing 24-inch and 36-inch valves and 24-inch venturi meters associated with the filters that are being taken out of service. In order to accomplish the removal and replacement of the associated equipment the City staff will assist the Contractor in making sure that flap gate located downstream of the filter effluent channel is properly seated and the service water pumps will be operated until the water level in the filter effluent channel is drawn down to the minimum water level of 453.58. The Contractor will then be able to remove the existing valves and venturi meters and replace them with the new equipment (Reference Special Constraint Note #11). f. Once the new filters have been modified and the Owner has accepted the installation the Contractor shall relocate the inlet channel temporary bulkhead and the waste wash water temporary plug to the next set of filters. The Contractor shall repeat Shutdown No. 1 for the remaining set of filters in sequence which is listed in Special Constraint Note #1. 2. Backwash Pump (BW11 and BW12) Removal and Replacement [MAXIMUM of 4 Flours] NOTE: This Backwash Pump Station shutdown is required for the Contractor to remove and install new backwash pumps. The removal and replacement of Backwash Pumps (BW11 and BW12) will require a total of four (4) shutdowns. a. No backwashing of filters will occur during this time. The Contractor will be required to dewater the backwash header piping prior to the removal of backwash pumps. b. The Contractor shall remove Backwash Pump (BW12) first. c. For the removal of Backwash Pump (BW12), the 36-inch piping connection located south of the pump station shall be disconnected and a 36-inch blind flange shall be installed in order to isolate flow from the main backwash header within the filter piping gallery. The Contractor shall then disconnect the 36-inch butterfly valve from the Backwash Pump (BW11) and Backwash Pump (BW12) tie-in header connection. Once the 36-inch butterfly valve has been removed, a 36-inch blind flange shall be installed on Backwash Pump (BW11) tee connection. Backwash Pump (BW12) can now be taken out of service. d. Following the installation of Backwash Pump (BW12) and piping, the backwash pump station will be taken offline for the maximum duration mentioned above. The Special Procedures 0135 00 - 7 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 4. Temporary Bulkhead for Structural Repairs (Filter Effluent Channel No. 14 and 15) [MAXIMUM of 4 Flours] NOTE: This shutdown will allow the Contractor to install a plate on the circular opening between Filters No. 14 and 15 in order to repair the construction joint. a. Filters No. 1-20 will be taken out of service during this time and Major Shutdown No. 1 procedures will be conducted by the City Staff in order to properly lower the water surface elevation in the Filter Effluent Channel. b. Once the water surface elevation is lowered, the Contractor shall access through the top of the Filter Effluent Channel access hatch located between Filters No. 14 and 15. A temporary plate will be installed on the downstream side which will isolate Filters No. 15-20 from the remaining set of filters. c. Once the temporary plate is installed, Filters No. 1-14 can be brought on-line and the Contractor shall then access the Filter Effluent Channel through the existing access hatch located at Filter No. 20. The Contractor is responsible for dewatering the remaining water in the channel, in order to accommodate the construction joint repair. d. Once the Construction joint is repaired, step 4a will be repeated and the Contractor shall remove the temporary plate. 5. Removal and Installation of the 48-inch Fabricated Gate [MAXIMUM of 6 hours] NOTE: The 48-inch line that connects the filter influent channel can be out of service 3 for a maximum of 6 hours at any one time for the removal and installation of the 48- inch fabricated gate. E. Electrical Duct Banks a. New duct banks will cross the existing utilities during installation. The Contractor shall take precautions to avoid damage to any existing utilities that will need to remain in service during construction. b. Any modifications to existing duct banks shall be coordinated with the project shutdowns. F. Contractor shall be responsible for diversion facilities and temporary connections required to maintain Owner's operations. Sequences other than those specified will be considered by Owner, provided they afford equivalent continuity of operations. G. Some of the existing facilities being renovated under this Contract are old. This includes the filter inlet and dump valves and isolation gates that are part of these facilities. The Owner anticipates that the existing isolation gates are sound but they will leak, some more severely than others. The Contractor shall NOT assume that the isolation gates and valves will seal - off watertight or hold at all The Contractor is responsible for furnishing all dewatering equipment required to maintain a clean, dry environment for all of the modification work. Adjacent facilities must be kept in service. H. Coordination with plant personnel to minimize disruptions to normal plant operations is mandatory. Regardless of schedule planning, all circumstances will be evaluated at the time of the shut -downs and adjustments to the schedule required by plant personnel to ensure the plant's ability to meet regulatory discharge permit requirements shall be made at no additional cost to the Owner. if conditions change after plant shutdowns have started (high Special procedures 0135 00 - 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 4. At a minimum, the Contractor shall have all equipment and miscellaneous appurtenances at the Village Creek Water Reclamation Facility project site before any shutdowns will be allowed by Plant staff. 5. Before all Major Shutdowns, a coordination meeting is required between the Contractor, City and the Engineer to discuss the plan of action and coordinate locations of work. 6. Power outages will be considered upon a minimum of two (2) regular week days written request to Owner. Describe the reason, anticipated length of time, and areas affected by the outage in its written request. Provide temporary provisions for continuous power supply to critical existing facility components if requested by Owner. 1.03 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum out of service time and/or must be performed only during the designated times. These have been identified in the table below: Critical Operatiori N - Major Shutdown No if'- -. at. Liquidated Damages {Dollars per Hoerr) am. ... Filters No. 1-20 Influent Channel 1 $1,000 00 Backwash Pump Station 2 $500.00 Waste Wash Water Pump Station 2 $500.00 Service Water Pump Station 3 $500.00 Temporary bulkhead for Structural Repairs (Filter Effluent Channel No. 14 and 15) 4 $500.00 Removal and Installation of the 48- inch Fabricated Gate 5 $500.00 B. Submit a written plan of action for approval for critical operations. 1. Describe the following in the plan of action: a. Construction necessary. b. Utilities, piping, or services affected. e. Length of time the service or utility will be disturbed. d. Procedures to be used to carry out the Work. e. Plan of action to handle emergencies. f. Contingency plan that will be used if the original schedule cannot be met. n Special Procedures 0135 00 -11 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 0135 16 ALTERATION PROJECT PROCEDURES 1.00 GENERAL 1.01 SUMMARY A. Section Includes: 1. Requirements and limitations for cutting and patching of Work. 1.02 SUBMITTALS A. Submit written request in advance of cutting or alteration, which affects: 1. Structural integrity of any element of Project. 2. Efficiency, maintenance, or safety of any operational element. 3. Visual qualities of sight exposed elements. 4. Work of Owner or separate contractor. B. Include in request: 1. Identification of Project. 2. Location and description of affected work. 3. Necessity for cutting or alteration. 4. Description of proposed work, and Products to be used. 5. Alternatives to cutting and patching. 6. Effect on work of Owner or separate contractor. 7. Date and time work will be executed. 2.00 PRODUCTS 2.01 MATERIALS A. Primary Products: Those required for original installation. B. Product Substitution: For any proposed change in materials, submit request for substitution under provisions of Section 0133 00 "Submittal Procedures". 3.00 EXECUTION 3.01 EXAMINATION A. Inspect existing conditions prior to commencing Work, including elements subject to damage or movement during cutting and patching. B. After uncovering existing Work, inspect conditions affecting performance of work. C. Beginning of cutting or patching means acceptance of existing conditions. Alteration Project Procedures 013515 -1 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 0135 53 SECURITY PROCEDURES 1.00 GENERAL 1.01 GENERAL A. Contractor security procedures at the plant during construction shall minimize the potential for property damage, danger to plant personnel, danger to construction personnel, danger to the public, and operational problems due to unauthorized entry to and/or activities at the plant. Contractor shall be responsible for implementing procedures that will provide secure conditions associated with construction activities. B. General security requirements associated with this project are listed below. 1. All contractors that are expected to be working at the site during this project are required to conduct background checks on employees. Following their background checks, successful completion of the necessary safety orientation, they will be provided with Village Creek Water Reclamation Facility specific identification badges by the plant safety coordinator. They will be required to sign documentation that reflects issuance of the identification badge. 2. Contractor and Subcontractor personnel shall be responsible for monitoring activities and providing deterrence to undesirable activities at the plant. 1.02 SECURITY PERSONNEL QUALIFICATOINS [NOT APPLICABLE] -requirements and be licensed -as Commis' 1.03 CONSTRUCTION PERSONNEL REQUIREMENTS A. Background Security Checks 1. Current background security check (no older than one year prior to Notice to Proceed) required for each Contractor and Subcontractor employee. 2. Acceptable background sources of information include the United States Federal Government, the Department of Public Safety from the employee's home state (the state that issued their driver's license or identification card), and for non -citizens, the native country's national law -enforcement agency. 3. The results of each background check shall be dated and submitted to the Engineer as an original, certified official document from the agency performing the check, and shall bear all appropriate seals and signatures of the agency performing the check and include the agency address and telephone number. 4. Disqualifiers for Security Checks a. Murder Conviction b. Any Terroristic Act or Threat c. Any Registered Sex Offender d. Any Conviction of Violence that Causes Serious Bodily Injury within past 5 years e. Felony Theft Conviction within past 10 years f. Felony Burglary Conviction within past 10 years Security Procedures 0135 53 -1 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 3. The person in responsible charge of the plant (Plant Superintendent) will notify security person in writing of anticipated visitors to the plant, or security person shall contact Plant Superintendent and obtain approval for unexpected plant visitors to enter plant. B. Non -Working Hours 1. Where plant access is required in other than normal working hours, Contractor and Subcontractors shall coordinate with the Engineer to coordinate access. Not less than 48 hour notice shall be provided for access during non -working hours. 2. Gates into the current areas of the plant that are fenced shall be locked by the Contractor at the end of the work day. The Contractor shall provide a separate lock from the plant lock (Owner lock). END OF SECTION Security Procedures FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 013553-3 0140 00 QUALITY REQUIREMENTS 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect the Work of the Contractor, Subcontractors and Suppliers. Correct defective Work. 2. Inspect products and materials to be incorporated into the Project. Ensure that Suppliers of raw materials, parts, components, assemblies, and other products have adequate quality control system to ensure that quality products are produced. Provide only products that comply with the Contract Documents. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the Owner to insure that products proposed for use fully comply with the Contract Documents. 4. Provide all facilities and calibrated equipment required for quality control tests. 5. Provide consumable construction materials of adequate quality to provide a finished product that complies with the Contract Documents. 6. Perform tests as indicated in this and other sections of the specifications. Schedule the time and sequence of testing with the Construction Manager. All quality control testing is to be observed by the Construction Manager or designated representative. 7. Maintain complete inspection and testing records at the site and make them available to Owner, Engineer and Construction Manager. B. Technical specifications govern if any requirements of this section conflicts with the requirements of the technical specifications. 1.02 QUALITY ASSURANCE ACTIVITIES BY THE OWNER A. Owner may perform its own quality assurance test independent of the Contractor's Quality Control Program or as otherwise described in the Contract Documents. Provide labor, materials, tools, equipment, and related items for testing by the Owner including, but not limited to temporary construction required for testing and operation of new and existing utilities. Assist the Owner, Engineer, Construction Manager, and testing organizations in performing quality assurance activities. 1. Provide access to the Work and to the Supplier's operations at all times Work is in progress. 2. Cooperate fully in the performance of sampling, inspection, and testing. 3. Furnish labor and facilities to: a. Provide access to the work to be tested. b. Obtain and handle samples for testing at the project site or at the source of the product to be tested. Quality Requirements 0140 00 -1 FTW11104 - Village Creek WRF Deep Filters 1-20 Mods. Representative or Engineer authorized to change any term or condition of the Contract Documents without the Owner's written authorization in a Field Order or Change Order. E. Failure on the part of the Owner, Engineer or Construction Manager to perform or test products or constructed works in no way relieves the Contractor of the obligation to perform work and furnish materials conforming to the Contract Documents. F. All materials and products are subject to Owner's quality assurance observations or testing at any time during preparation or use. Material or products which have been tested or observed or approved by Owner at a supply source or staging area may be re -observed or re -tested by Owner before or during or after incorporation into the Work, and rejected if they do not comply with the Contract Documents. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. A written Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this program as Record Data. 2. A Statement of Qualification for the proposed testing laboratory. The statement of qualifications is to include a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification and a list of recent projects for which testing has been performed with references for those projects. 3. Test reports per Paragraph 1.07, Test Reports of this specification. Reports are to certify that products or constructed Works are in full compliance with the Contract Documents or indicate that they are not in compliance and describe how they are not in compliance. 4. Provide Certified Test Reports on materials or products to be incorporated into the Project. Reports are to indicate that material or products are in full compliance with the Contract Documents or indicate that they are not in compliance and describe how they are not in compliance. 1.04 STANDARDS A. Provide a testing laboratory that complies with the ACIL (American Council of Independent Laboratories) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various sections of the specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.05 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Quality Requirements 0140 00 - 3 FTW11104 - Village Creek WRF Deep Filters 1-20 Mods. Recipie fen No of Captes� Owner 2 Engineer 1 Construction Manager 1 Contractor 1 *Provide electronic copies on all reports. C. Payment for Work subject to testing may be withheld until the Contractor's quality control test reports of the Work are submitted to the Engineer or the Owner's Resident Representative. 1.08 NON -CONFORMING WORK A. Immediately correct any Work that does not comply with the Contract Documents or submit a written explanation of why the Work is not to be corrected immediately and when corrective action to the Work will be performed. B. Payment for non -conforming Work shall be withheld until Work is brought into compliance with the Contract Documents. 1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing consultation on the test performed and to an advisory capacity. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents. 2. Accept or reject any portion of the Work. 3. Perform any of the duties of the Contractor. 4. Stop the work. 1.10 QUALITY CONTROL PLAN A. Submit Contractor's Quality Control Plan that identifies personnel, procedures, control, instructions, tests, records, and forms to be used. Construction will be permitted to begin only after acceptance of the Quality Control Plan or acceptance of an interim plan applicable to the particular feature of work to be started. Work outside of the features of work included in an accepted interim plan will not be permitted to begin until acceptance of a Quality Control Plan or another interim plan containing the additional features of work to be started. B. Content of the Quality Control Plan. The Quality Control Plan shall include, as a minimum, the following to address all construction operations, both on -site and off -site, including work by Subcontractors and Suppliers: 1. A description of the quality control organization, including a chart showing lines of authority and acknowledgement that the quality control staff shall implement the quality control program for all aspects of the Work specified. Quality Requirements 0140 00 - 5 FTW11104 - Village Creek WRF Deep Filters 1-20 Mods. 3.01 QUALITY CONTROL PROGRAM A. Perform quality control observations and testing as required in each section of the specifications and where indicated on the drawings. B. Provide a quality control program that includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the contract drawings. b. Review submittals and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and sample work to assure that they are on hand, conform to submittals, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates submittal comments. Discuss results of planning phase with the Construction Manager. Conduct a meeting attended by the Quality Control Manager, the Construction Manager, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the Construction Manager at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. J. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. Quality Requirements 0140 00 - 7 FTW11104 -Village Creek WRF Deep Filters 1-20 Mods. 0.03 weed 2 feet per hour. 4: Alle-w-the structure to set fora minimum of 72 hours. Observe the perimeter of-thc structure and identify all I aks. Macke the water level at the -structure wall. M asure the fall in water level -over a 24 hour period to theyirtcarest 1/8 inch at least twice a day to determine the quantity of water lost. P-rovidc a stilling well for measurement if required to allow accurate measurement & Calculate the amount of water lost during this time. 9: Compare the amount of water test to the allowable Toss. C: Drain the structure, deter exceeds the allowable 1 akage plus the evaporation allowance: 3.05 PIPING SYSTEMS A. Test Requirements: 1. Perform test on piping systems including piping installed between or connected to existing pipe. 2. Conduct tests on buried pipe to be hydrostatically tested after the trench is completely backfilled. If field conditions permit and if approved by the Engineer, partially backfill the trench and leave the joints open for inspection and conducting of the initial service leak test. Do not conduct the acceptance test until backfilling is complete. 3. Pneumatically test the buried piping and expose joints of the buried piping for the acceptance test. 4. Conduct the test on exposed piping after the piping is completely installed, including supports, hangers, and anchors, but prior to insulation and coating application. 5. Do not perform testing on pipe with concrete thrust blocking until the concrete has cured at least 5 days. 6. Determine and remedy the cause of the excessive leakage for any pipe failing to meet the specified requirements for water or air tightness. 7. Tests must be successfully completed and reports filed before piping is accepted. 8. Submit a comprehensive plan and schedule for testing to the Engineer for review at least 10 days prior to starting each type of testing. 9. Remove and dispose of temporary blocking material and equipment after completion and acceptance of the piping test. 10. Repair any damage to the pipe coating. 11. Clean pipelines so they are totally free flowing prior to final acceptance. Quality Requirements 0140 00 - 9 FiW11104 - Village Creek WRF Deep Filters 1-20 Mods. k. Accurately measure the water required to maintain the pressure. The amount of water required is a measure of the leakage. 2. The maximum allowable leakage is determined by the following formula: L= SD (P)1/2 Equation zTes•rn Represents ...._.._ �:;, . -.:max.. � ., . �,_ ,...,. Measure F ...� ._..._. . � .. ._... L .m Maximum allowable leakage gallons per hour S Length of pipe tested feet D Nominal diameter of the pipe inches P Test pressure pounds per square inch gauge F Pipe factor Use 148,000 Ductile Iron Pipe and PVC Pipe. Use 133,200 for all other pipe types. a. Leakage is defined as the volume of water provided to maintain the test pressure after the pipe has been filled with water, the air expelled and the pipe brought to test pressure. b. Pipe with visible leaks or leakage exceeding the maximum allowable leakage is considered defective and must be corrected. C. Hydrostatic Leak Test -Gravity Flow Sewer Lines: 1. Perform hydrostatic leak tests after backfilling. 2. The length of the pipe to be tested shall be such that the head over the crown of the upstream end is not less than 2 feet or 2 feet above the ground water level whichever is higher and the head over the downstream crown is not more than 6 feet. 3. Plug the pipe by pneumatic bags or mechanical plugs so that the air can be released from the pipe while it is being filled with water. 4. Continue the test for 1 hour and make provisions for measuring the amount of water required to maintain the water at a constant level during this period. 5. Remove the jointing material, and remake the joint if any joint shows any visible leakage or infiltration. 6. Remove and replace any defective or broken pipes. 7. Determine the maximum allowable leakage or infiltration by the following formula: CDS L = 126720 Quality Requirements 0140 00 -11 FTW11104 - Village Creek WRF Deep Filters 1-20 Mods. d. Provide pneumatic plugs that resist internal test pressures without requiring external bracing or blocking. e. Provide an air compressor of adequate capacity for charging the system. 3. Perform air test only on lines less than 36 inches in diameter. Air tests for pipes larger than 36 inches may be air tested at each joint. 4. Check connections for leakage with a soap solution. Release the air pressure, repair the leak, and retest with soap solution until results are satisfactory, before resuming air test if leaks are found,. 5. Determine the shortest allowable time for the pressure to drop from 3.5 pounds per square inch to 2.5 pounds per square inch by the following formula: T= 0.0850DK Equatron Term �f # , Represents _ - Measure T Time for the pressure to drop 1.0 pound per square inch gauge seconds K Factor equal to 0.000419DL, but not less than 1.0 D Average inside diameter of the pipe inches L Length of line of the same pipe size feet Q.Rate of loss. Use 0.0015 cubic feet per minute per square foot of internal surface E. Air Test for individual Joints: 1. Lines 36 inches and larger may be tested at individual joints. 2. The shortest allowable time for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge is 10 seconds for all pipe sizes. F. Deflection Testing for Pipe: 1. Perform deflection tests on flexible and semi -rigid pipe in accordance with TCEQ requirements. a. The maximum allowable deflection of pipe measured as the reduction in vertical inside diameter is 5.0 percent unless specified otherwise. b. Conduct test after the final backfill has been in place a minimum of 30 days. c. Thoroughly clear the lines before testing. 2. Perform test by pulling a properly sized mandrel through the line. 3. Excavate and repair pipe with deflections in excess of the maximum allowable deflection. G. Manhole Testing: Test manholes for leakage separately and independently of the wastewater lines by hydrostatic exfiltration testing, vacuum testing or other approved Quality Requirements 0140 00 - 13 FTW11104 - Village Creek WRF Deep Filters 1-20 Mods. 3. Demonstrate that the test equipment is functioning properly, prior to the commencement of the test. Suspend the test and repair or replace the equipment if test equipment fails during any portion of a test. Repeat the test in its entirety or as otherwise required by the Construction Manager. 4. Provide a copy of the test equipment calibration certificate to the Construction Manager prior to the commencement of the test. Provide test equipment that has been calibrated with 6 months of the date of the test using methods approved by the National Institute of Standards and Technology. D. Execution: 1. Make appropriate repairs or replacements if the circuit, equipment or machinery being tested does not pass. Repeat test as directed by the Construction Manager. 2. if test procedures or equipment conflicts occur between the various sections of the specifications and/or Supplier's recommendations, the more rigid requirement prevails. E. Electrical Cable: 1. Communication Cable and Conductors - Submit test forms to the Owner for approval prior to performing the following tests: a. Test shielded pair, telephone, paging, signaling and computer cables for continuity, short circuits and grounds with a Iow voltage source, not to exceed the insulation rating of the conductors or jacket. Test fiber-optic cable between terminating ends for each circuit per the Suppliers recommendation. Cables, splices (where permitted), and connectors shall be tested for continuity, band width (maximum), and attenuation losses. 2. 600-Volt Cable and Conductors: a. Test power and control conductors rated at 600 volts with an insulation resistance tester at 1000 volts, with respect to ground, and at 1000 volts with respect to all other conductors in each circuit. b. Verify suitable ground connections are provided and maintained throughout the test. b. c. Perform tests and record results as required by the "600-Volt Cable Test Report" or form provided by the Engineer. d. Test each circuit and record the results for continuity between terminating ends with a low voltage source. 3. 5-kV Cable and Conductors: a. Perform insulation resistance test on 5-kV cable for insulation resistance tested at 2500 volts with respect to ground and at 2500 volts with respect to all other conductors in each circuit. b. H-Pot test 5-kV cables incrementally to 25 kV DC for 15 minutes per ANSI/IEE STD 400. Record leakage current in the spaces provided, at the time intervals shown, on the "Medium Voltage Cable Test Report." Do not exceed the cable Supplier's maximum test values or procedures. Quality Requirements 0140 00 - 15 FTW11104 -Village Creek WRF Deep Filters 1-20 Mods. G. Transformers: 1. Test single and three-phase, liquid filled and dry transformers rated 5 KVA and larger in accordance with the "Transformer Test Report" form. 2. Record the following information and attach to the test report. a. Verify proper operation of all fans, alarms, and other auxiliary and monitoring devices. b. Verify "tap changer" operation, if applicable, in all positions. Set and secure "tap changer" to position recommended by the Construction Manager or Engineer. c. Obtain insulating liquid sample from all liquid filled transformers. Submit sample to testing laboratory, approved by the Owner for analysis. Perform standard insulating liquid tests as required by the Construction Manager or Engineer. Deliver test results to the Owner within 30 days after sampling. d. Perform insulation resistance tests at the test values shown below for the following equipment. e. Perform tests from each winding to ground and winding to winding. Primary and secondary sections shall be tested separately. f. Do not exceed the Supplier's recommended maximum test values or procedures. g. Trans ormer Coil Rating Test Uai age 0-600 volts 1000 volts 601-5000 volts 2500 volts 5001-15,000 volts 5000 volts 15,001-39,000 volts 10,000 volts Provide additional tests and checks as recommended by the Supplier before energizing. h. Energize transformer, Measure and record primary and secondary volts and amps under no load and connected Toad conditions. H. Motors: 1. Test electric motors in accordance with the "Motor Start -Up Report" form. 2. Check and record motor winding continuity phase to phase with a low voltage source. 3. Check and record motor winding insulation resistance, each phase with respect to ground, at the test values shown below for A.C. induction motors per REF. IEEE Standard 43 4. Do not exceed the Supplier's recommended maximum test values or procedures. or. 250 V and below sating (UoltS 500 Atoltage Above 250 V 1000 2360 volt, three-phase 4160 volt, three-phase Quality Requirements FTW11104 - Village Creek WRF Deep Filters 1-20 Mods. Per Manufacturer's start-up instructions or as otherwise directed by the Engineer. Per Manufacturer's start-up instructions or as otherwise directed by the Engineer. 014000-17 01 42 16 DEFINITIONS 1.00 GENERAL Any conflicts in the definitions listed below between this specification and the City of Fort Worth General Conditions 00 72 00, the City of Fort Worth's General Conditions shall govern. 1.01 SPECIFICATION TERMINOLOGY A. "Engineer" or "Architect" means Freese and Nichols, Inc., Architects and Engineers, 4055 International Plaza, Ste. 200, Fort Worth, Texas 76109-4895, or its designated representative. B. "Furnish" means to supply, deliver and unload materials and equipment at the project site ready to install. C. "Install" means the operations at the project site including unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, training and similar operations required to prepare the materials and equipment for use, verify conformance with Contract Documents and prepare for acceptance and operation by the Owner. D. "Provide" means to furnish and install materials and equipment. E. "Perform" means to complete the operations necessary to comply with the Contract Documents. F. "Indicated" means graphic representations, notes, or schedules on drawings, or other requirements in Contract Documents. Words such as "shown", "noted", "scheduled", are used to help locate the reference. No limitation on the location is intended unless specifically noted. G. "Specified" means written representations in the bid documents or the technical specifications. H. "Regulation" means laws, statutes, ordinances, and lawful orders issued by authorities having jurisdiction, as well as, rules, conventions, and agreements within the construction industry that control performance of work, whether they are lawfully imposed by authorities having jurisdiction or not. I. "Installer" means an entity engaged by Contractor, either as an employee, subcontractor, or sub -subcontractor to install materials and/or equipment. Installers are to have successfully completed a minimum of five projects similar in size and scope to this project, have a minimum of 5 years' of experience in the installation of similar materials and equipment, and comply with the requirements of the authority having jurisdiction. J. "Manufacturer" means an entity engaged by Contractor, as a subcontractor, or sub -subcontractor to furnish materials and/or equipment. Manufacturers are to have a minimum of 5 years' experience in the manufacture of materials and equipment similar in size, capacity and scope to the specified materials and equipment. K. "Project site" means the space available to perform the work, either exclusively or in conjunction with others performing construction at the project site. Definitions 014216 »1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 1.03 DOCUMENT ORGANIZATION A. The contract requirements described in the General Conditions, Supplementary Conditions and Division 01 apply to each and all specification sections unless specifically noted otherwise. B. Organization of Contract Documents is not intended to control or to lessen the responsibility of the Contractor when dividing work among subcontractors, or to establish the extent of work to be performed by any trade, subcontractor or vendor. Specifications or details do not need to be indicated or specified in each specification or drawing. Items shown in the contract documents are applicable regardless of location in the Contract Documents. C. Standard paragraph titles and other identifications of subject matter in the specifications are intended to aid in locating and recognizing various requirements of the specifications. Titles do not define, limit, or otherwise restrict specification text. D. Capitalizing words in the text does not mean that these words convey special or unique meanings or have precedence over other parts of the Contract Documents. Specification text governs over titling and it is understood that the specification is to be interpreted as a whole. E. Drawings and specifications do not indicate or describe all of the work required to complete the project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Engineer. Provide any work, materials or equipment required for a complete and functional system even if they are not detailed or specified. 1.04 INTERPRETATIONS OF DOCUMENTS A. Comply with the most stringent requirements where compliance with two or more standards is specified, and they establish different or conflicting requirements for minimum quantities or quality levels, unless Contract Documents indicate otherwise. 1. Quantity or quality level shown or indicated shall be minimum to be provided or performed in every instance. 2. Actual installation may comply exactly with minimum quality indicated, or it may exceed that minimum within reasonable limits. 3. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for context of requirements. 4. Refer instances of uncertainty to the Engineer for a decision before proceeding. B. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the drawings but are not included in the specifications. Definitions 0142 16 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 01 S0 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish temporary facilities, including the Contractor's field offices, storage sheds, and temporary utilities needed to complete the work. B. Furnish, install, and maintain temporary project identification signs. Provide temporary on - site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. C. Cost for Temporary Facilities and Controls as described in this section and provided by Suppliers and Subcontractors as described in this section are to be included in the Cost of Work. Contractor efforts are included in the Contractor's fee for Construction Phase Services. 1.02 QUALITY ASSURANCE A. Testing: Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the job site as indicated or as approved by the Owner. B. Prepare the site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the work. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the work. F. Remove services and facilities when approved by the Engineer. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance, or hazardous conditions from developing or existing at the site. 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain site security and protection of the facilities. Temporary Facilities and Controls 0150 00 -1 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. a. Electrical pole and service shall comply with OSHA and other safety requirements and the requirements of the power company. 2. Provide temporary water. Potable water may be purchased from the City by obtaining a water meter from the City and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of basins. Pay all water costs for construction, testing, disinfection, and start-up of the Work. 3. Provide telephone service to the site and install telephones inside the Contractor's office. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate all temporary facilities in areas approved by the Owner/Engineer. Construct and install signs at locations approved by the Owner. Install informational signs so they are clearly visible. The engineer's temporary facilities are already on site. 3.02 PROJECT IDENTIFICATION AND SIGNS A. Arrange for a professional sign painter to paint and erect a sign for the project site in accordance with the sign information provided in the Contract Documents and as required by the Texas Water Development Board. Sign will include identification of the Owner, Engineer, Major Engineering Subconsultants, and Contractor (including appropriate logos, as required) and other project information as determined by the Engineer. Paint sign on a 4- foot by 8-foot by 3/4-inch exterior grade plywood board. Frame plywood with 2 x 4 wood frame and mount on not less than two 4 x 4 posts. House plywood board in a channel routed 1/2 inch deep in the 2 x 4 frame. Shoulder, glue, and screw corners. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside the building once buildings are weatherproof. B. Lighting shall be adequate to perform work within any space. 1. Lights shall be left in position in such a manner that every space has temporary light at all times. 2. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that work will be performed outside the structure at night. Provide adequate lighting to provide sufficient light at any location work is being performed. D. Work outside the hours or 7:00 a.m. to 6:00 p.m. will not normally be permitted. Obtain prior authorization from the Owner and Engineer for any night work required for Critical Work items identified in Section 01 35 00 "Special Procedures." Temporary Facilities and Controls 0150 00 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan in accordance with TCEQ General Permit TXR150000, file required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent storm water pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any storm water system, including open channels. Remove pollution control structures when no longer required to prevent storm water pollution. E. Cost for Temporary Controls as described in this section and provided by Suppliers and Subcontractors as described in this section are to be included in the Cost of Work. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract documents and requiring minimal maintenance that will disrupt construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 SUBMITTALS A. Provide copies of notices, records and reports required the Contract Document or regulations as Record Data in accordance with Section 01 33 00 "Submittal Procedures." B. Provide documents requiring approval by the Owner or Engineer as Shop Drawings in accordance with Section 01 33 00 "Submittal Procedures." 1.04 STANDARDS A. Provide a storm water pollution prevention plan that complies with Local, State, and Federal requirements. Comply with all requirements of the Texas Commission on Environmental Quality General Permit (TXR150000) for storm water discharges from construction activities under the Texas Pollutant Discharge Elimination System (TPDES) program. Temporary Controls 0157 00 - 1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 8. Pay all costs associated with complying with the provisions of the General Storm Water Permit. Assume solely responsible for implementing, updating, and modifying the General Storm Water Permit per regulatory requirements the Storm Water Pollution Prevention Plan and Best Management Practices. B. Use forms required by the Texas Commission on Environmental Quality to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the Storm Water Pollution Prevention Plan prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, Storm Water Pollution Prevention Plan, and any other pertinent Texas Commission on Environmental Quality submittal documents to Owner for review prior to submittal to the Texas Commission on Environmental Quality. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the General Storm Water Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the General Storm Water Permit for 3 years from date of final completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off -Site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off -Site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal Site. 4. Comply with local, State and Federal regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be Temporary Controls 0157 00. 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. A. Construct temporary controls in accordance with regulatory requirements. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary control when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls before the point where they are no longer required. END OF SECTION Temporary Controls 0157 00 - 5 FrW11104--Village Creek WRF Deep Filters 1-20 Mods. 01.60 00 PRODUCT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide products for this project that comply with the requirements of this section. Specific requirements of the detailed equipment specification govern in the case of a conflict with the requirements of this Section. B. Comply with applicable specifications and standards. C. Comply with size, make, type, and quality specified or as modified per Section 0131 13 "Project Coordination." 1.02 QUALITY ASSURANCE A. Design Criteria: 1. Assume responsibility for the design of the products to include structural stability and operational capability. 2. Design members to withstand all loads imposed by installation, erection, and operation of the product without deformation, failure, or adversely affecting the operational requirements of the product. Size and strength of materials for structural members are specified as minimums only. 3. Design mechanical and electrical components for all loads, currents, stresses, and wear imposed by start-up and normal operations of the equipment without deformation, failure, or adversely affecting the operation of the unit. Mechanical and electrical components specified for equipment are specified as the minimum acceptable for the equipment. B. Coordination: 1. Provide coordination of the entire project, including verification that structures, piping, and equipment components to be furnished and installed for this project are compatible. 2. Determine that the equipment furnished for this project is compatible with the Contract Document requirements and with the equipment and materials furnished by others. 3. Electrical components provided for equipment shall comply with all provisions of the Contract Documents. 4. Protective coatings and paints applied to equipment shall be fully compatible with the final coatings to be field applied in accordance with the Contract Documents. C. Adaptation of Equipment: 1. Drawings and specifications are prepared for the specified products. Make modifications to incorporate the products into the project at no cost to the Owner, if a substitution for a product is requested and approved in accordance with Section 01 31 13 "Project Coordination." 2. Do not provide a product with a physical size that exceeds the available space. Consideration may be given to the acceptance of these products or equipment if the Contractor assumes all costs necessary to incorporate the item and the Engineer approves such revisions. Product Requirements 0160 OD -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. D. Provide products suitable for the intended service. E. Adhere to the equipment capacities, sizes, and dimensions indicated by the Contract Documents. F. Do not use products for any purpose other than that for which it is designed. G. Provide new products unless previously used products are specifically allowed in the Contract Documents. H. Equipment shall not have been in service at any time prior to delivery, except as required by tests. !. Materials shall be suitable for service conditions. J. Iron castings shall be tough, close -grained gray iron free from blowholes, flaws, or excessive shrinkage and shall conform to ASTM A48. K. Structural members shall be considered as subject to shock or vibratory loads. L. Unless otherwise indicated, steel which will be submerged, all or in part, during normal operation of the equipment shall be at least 1/4-inch thick. All edges are to be chamfered to preclude any sharp exposed edges. 2.02 ELECTRIC MOTORS A. All motors furnished with equipment shall comply with section 26 05 50 2.03 EQUIPMENT APPURTENANCES A. Cover belt or chain drives, fan blades, couplings, and other moving or rotating parts on all sides by a safety guard. 1. Fabricate safety guards from 16 USS gage or heavier galvanized or aluminum -clad sheet steel or 1/2-inch mesh galvanized expanded metal. 2. Design guards for easy installation and removal. 3. Provide galvanized supports and accessories for each guard. 4. Provide stainless steel bolts and hardware. 5. Provide safety guards in outdoor locations designed to prevent the entrance of rain and dripping water. 2.04 ANCHOR BOLTS A. Provide suitable anchor bolts for each product. B. Provide anchor bolts, with templates or setting drawings, sufficiently early to permit setting the anchor bolts when the structural concrete is placed. C. Provide two nuts for each bolt. D. Provide anchor bolts for products mounted on baseplates that are long enough to permit 1- 1/2 inches of grout beneath the baseplate and to provide adequate anchorage into structural concrete. E. Provide stainless steel anchor bolts, nuts, and washers. 2.05 SPECIAL TOOLS AND ACCESSORIES Product Requirements 0160 00 - 3 FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods. 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Construction Contract. 1.02 SUBMITTALS A. Submit affidavits and releases on forms provided by the Engineer. 1.03 SUBSTANTIAL COMPLETION A. Submit written notification that the work or designated portion of the work is substantially complete to the Engineer when the work is considered to be substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the project will be considered to be complete. B. Engineer shall visit the project site to observe the work within a reasonable time after notification is received to determine the status of completion. C. Engineer shall issue notification to the Contractor that the work is either substantially complete or that additional work must be performed before the project may be considered substantially complete. 1. Engineer shall notify the Contractor in writing of items that must be completed before the project can be considered substantially complete. a. Correct the noted deficiencies in the work. b. Issue a second written notice with a revised list of deficiencies when work has been completed. c. Engineer shall revisit the site and the procedure shall begin again. 2. Engineer shall issue a Certificate of Substantial Completion to the Owner when the project is considered to be substantially complete. Certificate shall include a tentative list of items to be corrected before final payment. a. Owner will review and revise the list of items and notify the Engineer of any objections or other items that are to be included in the list. b. Engineer shall prepare and send to the Contractor a definite Certificate of Substantial Completion with a revised tentative list of items to be corrected or completed. c. Review the list and notify the Engineer in writing of any objections within 10 days of receipt of the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Submit written certification in the form provided by the Engineer when the project is complete and: Execution and Closeout Requirements 0170 00 -1 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. H. Specified spare parts and special tools. I. Certificates of Occupancy, operating certificates, or other similar releases required to allow the Owner unrestricted use of the work and access to services and utilities. J. Evidence of final, continuing insurance, and bond coverage as required by the Contract Documents. K. Final Photographs per Section 01 32 33 "Photographic Documentation." 1.07 FINAL APPLICATION FOR PAYMENT REQUEST A. Submit a preliminary final Application for Payment. This application is to include adjustments to the Contract Amount for: 1. Approved Change Orders. 2. Allowances not previously adjusted by Change Order. 3. Unit prices. 4. Deductions for defective work that has been accepted by the Owner, 5. Penalties and bonuses. 6. Deductions for liquidated damages. 7. Deductions for reinspection payments per Paragraph 1.05. 8. Other adjustments. B. Engineer shall prepare a final Change Order, reflecting the approved adjustments to the contract amount which have not been covered by previously approved Change Orders. C. Submit the final application for payment per the General Conditions, including the final Change Order. 1.08 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued, final cleaning has been completed per Section 0174 23 "Final Cleaning," and the work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the work. 1.09 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by Section 01 33 00 "Submittal Procedures" or by the individual sections of the specifications. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Each document is to be signed by the respective Supplier or Subcontractor. Execution and Closeout Requirements 0170 00 - 3 FTW11.104--Village Creek WRF Deep Filters 1-20 Mods. 0174 23 FINAL CLEANING 1.00 GENERAL 1.01 This section specifies administrative and procedural requirements for final cleaning at substantial completion. 1.02 WORK INCLUDED A. Perform a thorough cleaning of the site, buildings, or other structures prior to Owner occupancy of the buildings, and prior to Final Completion. Leave the project clean and ready for occupancy. 1.03 SUBMITTALS A. Provide data for maintenance per Section 0178 23 "Operation and Maintenance Data." 1.04 QUALITY CONTROL A. Use experienced workmen or professional cleaners for final cleaning. 2.00 PRODUCTS 2.01 MATERIALS A. Furnish the labor and products needed for cleaning and finishing as recommended by the Manufacturer of the surface material being cleaned. B. Use cleaning products only on the surfaces recommended by the Supplier. C. Use only those cleaning products which will not create hazards to health or property and which will not damage surfaces. 3.00 EXECUTION 3.01 FINAL CLEANING A. Thoroughly clean the entire site and make ready for occupancy. 1. Remove construction debris, boxes, and trash from the site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water truck or hose down paved site to like new appearance. B. Clean floors and inspect for damage. 1. Remove oil, grease, paint drippings, and other contaminants from floors, then mop repeatedly until thoroughly clean. Replace damaged flooring. Final Cleaning 0174 23 -1 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. 017S 00 STARTING AND ADJUSTING 1.00 GENERAL 1.01 WORK INCLUDED A. Provide step-by-step procedures for starting provided systems, including equipment, pumps and processes. B. Provide pre -start up inspections by equipment manufacturers. C. Provide instruction and demonstration of operation, adjustment, and maintenance of each system and the component parts. D. Place each system in service and operate the system to prove performance and to provide for initial correction of defects in workmanship, calibration, and operation. E. Provide for initial maintenance and operation. F. Cost for Starting and Adjusting provided by Suppliers and Subcontractors as described in this section are to be included in the Cost of Work. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures," and shall include: 1. Notify City/Plant Staff of testing or startup activities at least one week in advance. 2. A Plan of Action for testing, checking, and starting major equipment and process piping systems. Submit reports as required by this specification. 3. Equipment Installation Reports on form shown in Section 01 31 13.13 "Forms" per Section 01 33 00 "Submittal Procedures." 4. Operation and Maintenance Manuals per Section 0178 23 "Operation and Maintenance Data." 1,03 STANDARDS A. Comply with any standards associated with the testing or start-up of equipment, as listed in the various sections of the specifications. 1.04 SPECIAL JOB CONDITIONS A. Do not start or test any apparatus until the complete unit has been installed and thoroughly checked. B. A representative of the Supplier shall be in attendance of tests and start-up procedures when required by these specifications. 2.00 PRODUCTS 2.01 TESTING INSTRUMENTATION A. Furnish any instrumentation or other testing devices needed to conduct tests. Starting and Adjusting 01 75 00 -1 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. A. Start, test, and place equipment and systems into operation for 30 days to allow the Owner and Engineer to observe the operation and overall performance of the equipment and to determine that controls function as intended. B. Equipment which operates on a limited or part-time basis shall be operated in the presence of the Engineer to demonstrate that controls function as specified. C. Perform acceptance test as specified in individual specification sections. Demonstrate that equipment and systems meet the specified performance criteria. D. Unless specifically stated otherwise in the individual equipment specifications, equipment and systems are not substantially complete until the end of this initial operation period. If an exception to this requirement is specifically noted in an individual equipment specification, the exception shall only apply to that particular piece of equipment and not to the remaining components provided under the project. 3.05 OPERATOR TRAINING A. Provide instruction and demonstration of the care and operation of the equipment to the Owner's personnel. Instruction is to include classroom and hands-on training. B. Provide to the Owner, agendas and applicable handouts two weeks prior to the training. C. Provide training in adequate detail to ensure that the trainees who complete the program will be qualified and capable of operating and maintaining the equipment, products, and systems provided. D. Operations Training is to include but not be limited to: 1. Orientation to provide an overview of system/subsystem configuration and operation. 2. Terminology, nomenclature, and display symbols. 3. Operations theory. 4. Equipment appearance, functions, concepts, and operation. 5. Operating modes, practices and procedures under normal, diminished, and emergency conditions. 6. Start-up and shutdown procedures. 7. Safety Precautions. B. On-the-job operating experience for monitoring functions, supervisory, or command activities. Include functions and activities associated with diminished operating modes, failure recognition, and responses to system/subsystem and recovery procedures. 9. Content and use of Operation and Maintenance manuals and related reference materials. E. Provide training for performing on -site routine, preventive, and remedial maintenance of the equipment, product, or system. Maintenance training is to include but not be limited to: 1. Orientation to provide an overview of system/subsystem concept, configuration, and operation. Starting and Adjusting 0175 00 - 3 FfW111.04—Village Creek WRF Deep Filters 1-20 Mods. 5. Provide powerpoint slides about project description to engage staff on project purpose and goals in the beginning of each training session. H. Provide qualified instructors to conduct the training. 1. Instructors must have knowledge of the theory of operation and practical experience with the equipment, product, or system. 2. Instructors must have successfully conducted similar training courses. I. Training may be recorded by the Owner or its consultants for use in future training. Provide legal releases or pay additional fees required to allow training by the manufacturer to be recorded. J. Schedule for training is to be approved by Owner. 1. Schedule training and start-up operations for no more than one piece of equipment or system at a time. 2. Owner may require re -scheduling of training if operations personnel are not available for training on a scheduled date. 3. Provide a minimum of 2 weeks' notice if training must be rescheduled. 4. Training is to be limited to 24 hours per week. 5. Time required for training is to be considered in the development of the project schedule. K. Schedule and coordinate training for equipment, products, or systems which depend upon other equipment or systems for proper operation so that trainees can be made familiar with the operation and maintenance of the entire operating system. L. Conduct a training course for the equipment products and systems provided for the Project. Training is to be adequate to meet the training objectives described above. Details for training will be established in the project specifications for that equipment. Cost for training and start-up will be included in the Cost of Work for each equipment package. 3.06 INITIAL MAINTENANCE A. Maintain equipment until the project is accepted by the Owner. 1. insure that mechanical equipment is properly greased, oiled, or otherwise cared for as recommended by the Supplier. 2. Operate air handling equipment only when filters are in place and are clean. Change filters weekly during construction. B. Service equipment per the Supplier's instructions immediately before releasing the equipment to the Owner. 1. Replace replaceable filters and dean permanent filters associated with air handling units or other packaged equipment. 2. Remove and clean screens at strainers in piping systems. 3. Clean insects from intake louver screens. END OF SECTION Starting and Adjusting 0175 00 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 0178 23 OPERATION AND MAINTENANCE DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Prepare a complete and detailed Operation and Maintenance Manual for each type and model of equipment or product furnished and installed under this contract. B. Prepare the manuals in the form of an instruction manual for the Owner. The manual is to be suitable for use in providing operation and maintenance instruction as required by Section 0175 00 "Starting and Adjusting." C. Provide complete and detailed information specifically for the products or systems provided for this Project. Include the information required to operate and maintain the product or system. D. Manuals are to be in addition to any information packed with or attached to the product when delivered. Information delivered with package is to be taken from the product and provided as an attachment to the manual. E. Cost for O&M Manuals provided by Suppliers and Subcontractors as described in this section are to be included in the Cost of Work. Contractor efforts are included in the Contractor's fee for Construction Phase Services. 1.02 SUBMITTALS A. Submit manuals in accordance with Section 0133 00 "Submittal Procedures." Attach to each manual a copy of the Operation and Maintenance Manual Review Form as shown in Section 0131 13.13 "Forms" with pertinent information completed. 1.03 GUARANTEES A. Provide copies of the Manufacturers warranties, guarantees, or service agreements in accordance with Section 0170 00 "Execution and Closeout Requirements." 2.00 PRODUCTS 2.01 MATERIALS A. Print manuals on heavy, first quality paper. 1. Paper shall be 8-1/2 x 11 paper. a. Reduce drawings and diagrams to 8-1/2 x 11 paper size. b. When reduction is not practical, fold drawings and place each separately in a clear, super heavy weight, top loading polypropylene sheet protector designed for ring binder use. Provide a typed identification label on each sheet protector. 2. Punch paper for standard three-ring binders. B. Place manuals in Wilson Jones 385 Line D-Ring Dublock Presentation Binders. 1. Binders are to have clear front, back, and spine covers. Operation and Maintenance Data 0178 23 -1 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. c. The letter assigned will represent the part of the manual, consistent with the manual contents as required by Paragraphs 3.02, 3.03, and 3.04. 3. Provide index tabs for each section in the manual. 4. The designation on each index tab is to correspond to the number and letter assigned in the Table of Contents. B. Include only the information that pertains to the product described. Annotate each sheet to: 1. Clearly identify the specific product or component installed. 2. Clearly identify the data applicable to the installation. 3. Delete reference to inapplicable information. C. Supplement manual information with drawings as necessary to clearly illustrate relations of component parts of equipment and systems, and control and flow diagrams. D. Identify each manual by placing a printed cover sheet in the front cover of the binder and as the first page in the manual. The first page is to be placed in a clear polypropylene sheet protector. The information on first page and the cover page are to include: 1. Name of Owner. 2. Project Name. 3. Volume number. 4. The Table of Contents for that volume. E. Insert the Table of Contents into the spine of each manual. F. Manuals for several products or systems may be provided in the same binder. 1. Sections for each product or system must be included in the same binder. 2. Sections must be in numerical order from volume to volume. G. Correlate the data into related groups when multiple binders are used. H. Fill binders to only three -fourths of its indicated capacity to allow for addition of materials to each binder by the Owner. 3.02 EQUIPMENT AND SYSTEMS MANUAL CONTENT A. Manual shall provide the following information per system: 1. A description of the unit and component parts. 2. Operating instructions for startup, normal operations, regulation, control, shutdown, emergency conditions, and limiting operating conditions. 3. Maintenance instructions including assembly, installation, alignment, adjustment, and checking instructions. 4. Lubrication schedule and lubrication procedures. Include a cross reference for recommended lubrication products. 5. Troubleshooting guide. 6. Schedule of routine maintenance requirements. 7. Description of sequence of operation by the Control Manufacturer. Operation and Maintenance Data 0178 23 - 3 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. 02 4100 DEMOLITION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary for every type of required demolition. B. Furnish equipment of every type required to demolish and transport construction debris away from the site. 1.02 STANDARDS A. Work shall be performed in accordance with the codes and ordinances of the agency having jurisdiction over the Place of Record. B. Resilient Floor Covering Institute (RFC() publication "Recommended Work Practices for the Removal of Resilient Floor Coverings" C. Occupational Safety and Health Administration (OSHA), 29CFR Parts 1910 and 1926, "Occupational Exposure to Asbestos, Tremolite, Anthophyllite, and Actinolite", 40 CFR Part 61- "National Emission Standard for Hazardous Air Pollutants" 1.03 DELIVERY AND STORAGE A. Stockpile construction debris at the site only as long as necessary to haul to a disposal site. Stack materials neatly and handle in an orderly manner until removed from site. 1.04 JOB CONDITIONS A. Contractor shall visit the site and determine the extent of demolition required and the site conditions that might affect his proposal. Include costs of covering all aspects of the demolition as part of the proposal. B. The drawings shall be carefully reviewed to determine the extent of necessary demolition and to identify elements of the existing construction which are to remain in place. Report any discrepancies to Owner and Engineer before disturbing existing conditions. Property lines and limits of demolition shall be accurately located prior to beginning site demolition. Start of demolition activities shall represent confirmation by Contractor that existing conditions are as presented in the Contract Documents. Demolition outside the limits indicated on the plans, or outside the property lines shall not be performed. 1. For electrical demolition, verify field measurements and circuiting arrangements are as shown on the Drawings. Verify that existing wiring and equipment serve only abandoned facilities. C. Material removed during demolition, and any equipment not otherwise designated to remain the property of the Owner shall become the property of the Contractor and shall be promptly removed from the construction site. Demolition 02 4100 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 2.00 PRODUCTS 2.01 MATERIALS A. New materials and equipment for patching and extending work shall meet the requirements of the individual Sections in these Contract Documents. For materials not addressed in these documents, materials used shall meet or exceed the dimensions and quality of the existing work. 3.00 EXECUTION 3.01 SITE CLEARING A. Perform site clearing to the limits indicated on the drawings. Scrape the site, removing brush, trees, weeds and trash. Haul debris away from the construction site as it accumulates. B. Grub out tree and brush roots within the limits of buildings, parking lots, driveways and other structures. Remove rock out-croppings and boulders from any area within the limits of grading or structures. Remove roots and backfill any excavation resulting from tree removal. C. Trees not located within the construction limits, or otherwise indicated for removal, shall remain in place. Visit the site with the Engineer or Owner and identify those trees that are to remain. Mark all other trees with yellow paint to indicate removal. Protect remaining trees during construction. Wrap the tree trunks with 2 x 4 timbers if construction equipment must operate in close proximity to them. D. Only designated trees shall be removed. In the event that trees other than those designated are erroneously removed, install replacement trees of equal size and number to compensate for those destroyed, at no additional cost to the Owner. 3.02 BUILDING DEMOLITION A. Prepare for demolition of electrical facilities as follows: 1. Coordinate utility service outages with the appropriate Utility Company and Village Creek WRF Instrumentation and Electrical Personnel. 2. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. 3. Provide temporary wiring and connections to maintain existing systems in service during demolition. 4. When work must be performed on energized equipment or circuits, use qualified personnel in such operations. 5. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Obtain permission from Owner at least 72 hours before partially or completely disabling system. Make temporary connections to maintain services in areas adjacent to work area. Minimize outage duration. Demolition 02 4100 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. J. Remove ceramic wall tile and ceramic floor tile scheduled for demolition. Where ceramic floor tile was installed on a setting bed, also remove setting bed down to concrete floor slab. Resulting recess at setting bed shall be filled with epoxy grout to match level of surrounding floor slab. 3.03 REMOVAL OF CONCRETE SLABS A. Remove parts of the existing concrete floor slab as indicated on the drawings. Saw -cut the existing slab with two parallel lines around the area to be removed to the depth of the reinforcing. Do not cut reinforcing. Break out the remainder of the slab using jackhammers or by manual means. Cut reinforcing at a distance of 24 inches from the cut edge of the slab and bend back out of the way. Perform the remainder of the demolition, removing underground piping, or installing new work. B. After buried work has been completed, bend the reinforcing bars back into proper place and add new reinforcing of the same size and number as the remaining dowels. Lap the joints a minimum of 18 inches and securely tie in place. Replace concrete as required to repair the slab. Concrete shall be Type A as specified in Section 03 30 00 "Cast -In -Place Concrete." 3.04 REMOVAL OF EXISTING SITE STRUCTURES A. Remove concrete or masonry structures located below the ground line where indicated or where such structures will interfere with new construction. Where structures are a part of an active underground utility system, repair piping to prevent blockage in the flow. B. Remove abandoned manholes, basins, or similar structures. With the Engineer's approval, and if structures will not interfere with any other proposed construction, they may be abandoned in place. Remove the top part of the structure so that it is a minimum of 2 feet below the new finish grade. Remove part of the floor system of basins, manholes and other such structures to prevent entrapment of water. Fill remaining cavities with approved backfill material. 3.05 REMOVAL OF STRUCTURES A. Removal of Steel Structures: Meet with Owner and identify any material to be salvaged. Protect such material from damage using protective demolition methods. Remove steel structural members by unbolting, cutting welds, or cutting rivet heads and punching shanks through holes. Do not use flame -cutting unless approved by the Engineer. 3.06 REMOVAL OF PIPE A. Remove pipe designated for salvage by carefully excavating surrounding backfill material. Remove pipe using protective measures which prevent damage. Piping shall be disconnected at joints, allowing removal in one piece. Salvaged pipe determined unsatisfactory for re -use by the Engineer may be removed in any manner. Suspended or supported pipe shall be disassembled at joints. Remove in sections without cutting. Welded pipe sections may be cut with a torch, but cuts shall be along a welded joint. Demolition 02 4100 - 5 FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods. 03 10 00 CONCRETE FORMWORK 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete formwork. The Work also includes: a. Providing openings in formwork to accommodate the Work under this and other Sections and building into the formwork all items such as sleeves, anchor bolts, inserts and all other items to be embedded in concrete for which placement is not specifically provided under other Sections. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed with the formwork. 2. Coordinate formwork specifications herein with the requirements for finished surfaces specified in Section 03 30 00, Cast -In -Place Concrete. C. Related Sections: 1. Section 03 20 00, Concrete Reinforcement. 2. Section 03 25 10, Concrete Joints. 3. Section 03 30 00, Cast -In -Place Concrete. 1.02 QUALITY ASSURANCE A. CONTRACTOR shall examine the substratum and the conditions under which concrete formwork is to be performed, and notify the ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the ENGINEER. B. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. Where conflicts may occur between the reference standards, the more restrictive provisions shall apply. 1. ACI 117, Standard Tolerances for Concrete Construction and Materials. 2. ACI 301, Standard Specifications for Structural Concrete. 3. ACI 318/318R, Building Code Requirements for Reinforced Concrete. 4. ACI 347, Guide for Concrete Formwork. 5. ASTM C 805, Test Method for Rebound Number of Hardened Concrete. 6. US Product Standard, PS-1-83 for Construction and Industrial Plywood. C. Allowable Tolerances: Concrete Formwork 03 10 00 -1 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. (d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves: (a) Specified width 2 inches or less -1/8 inch. (b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet not to exceed 3/4 inch. 4) All other conditions - 3/8 inch in 10 feet. 5) Offsets between pieces of formwork facing material: (a) Class A - Architecturally or prominently exposed surfaces - 1/8 inch gradual or abrupt. (b) Class B - Surfaces to receive plaster or stucco - 1/4 inch gradual or abrupt. (c) Class C - Exposed surfaces in generally unfinished spaces - 1/4 inch abrupt, 1/2 inch gradual. (d) Class D - Concealed surfaces —1/2 inch gradual or abrupt. D. CONTRACTOR shall install all formwork and accessories for all facilities in accordance with manufacturers' instructions. E. When high range water reducer (superplasticizer) is used in concrete mix, forms shall be designed for full hydrostatic pressure in accordance with ACI 347. F. Make joints in forms watertight. G. Limit panel deflection to 1/360`h of each component span to achieve tolerances specified. 1.03 SUBMITTALS A. Samples: 1. Form Ties: Proposed method of sealing and waterstopping form tie hole. Coordinate with Drawing details. B. Shop Drawings: 1. Submit for approval the following: a. Taper tie installation, removal, and hole repair materials and procedures. 2. Submit for information purposes the following: a. Copies of manufacturer's data and installation instructions for proprietary materials, including form coatings, manufactured form systems, ties and accessories. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING Concrete Formwork 0310 00 - 3 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 2. Unless otherwise shown on the Drawings, provide ties so that portion remaining within concrete after removal of exterior parts is at least 1.5-inch from the outer concrete surface. Provide form ties that will leave a hole no larger than 1-inch diameter in the concrete surface. 3. Ties for exterior walls, below grade walls, fluid containment walls, and walls subject to hydrostatic pressure shall have waterstops. 4. All ties shall leave a uniform, circular hole when forms are removed. 5. Provide stainless steel form ties for planned exposed tie hole locations. 6. Wire ties are not acceptable. E. Form Release Agent: 1. Material: Release agent shall not bond with, stain, or adversely affect concrete surfaces, and shall not impair subsequent treatments of concrete surfaces when applied to forms or form liners. A ready -to -use water based material formulated to reduce or eliminate surface imperfections, containing no mineral oil or organic solvents. Environmentally safe, meeting local, state, and federal regulations and can be used in potable water facilities (NSF 61 approved). 2. Manufacturers and Products: a. Master Builders, Inc.; Rheofinish. b. Cresset Chemical Company; Crete -Lease 20-VOC. F. Void Forms 1. Void form composition shall be of corrugated paper material with a moisture resistant exterior and an interior fabrication of a uniform cellular configuration, composed of components constructed of double-faced wax -impregnated (partially or fully), corrugated fiberboard that is laminated with moisture resistant adhesive. 2. Design and maintain void forms to support all vertical and lateral loads that might be applied during construction until such loads can be supported by the concrete structure. 3. Form material shall be designed to lose its strength under prolonged contact with the moisture which normally accumulates beneath slabs and beams on grade. 4. Void forms shall be provided to provide voids around the circular edges of all drilled piers at the intersection of the gradebearns and/or structural slabs by using premanufactured, non -field cut, sealed void forms with curved edges adjacent to drilled piers. 5. Manufacturers and Products: a. SureVoid Products, Inc. b. Sonoco Products Company G. Protection Board Concrete Formwork 03 10 00 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. B. Formwork that is excessively worn, damaged, rusting or otherwise incapable of producing straight and plumb surfaces will be rejected by the Owner, and new forms acceptable to the Owner will be supplied at the Contractor's expense. 3.02 FORM CONSTRUCTION A. Construct forms complying with the requirements of ACI 347, to the exact sizes, shapes, lines and dimensions shown, as required to obtain accurate alignment, location and grades to tolerances specified, and to obtain level and plumb work in finished structures. Provide for openings, offsets, keyways, recesses, moldings, rustications, reglets, chamfers, blocking, screeds, bulkheads, anchorages and inserts, and other features required. Use selected materials to obtain required finishes. Finish shall be as determined by approved mock-up or sample pane!, where requested by the Owner and as specified. B. Fabricate forms for easy removal without damaging concrete surfaces. Provide crush plates or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces where the slope is too steep to place concrete with bottom forms only. Kerf wood inserts for forming keyways, reglets, recesses, and the like, to prevent swelling and assure ease of removal. C. Provide temporary openings where interior area of formwork is inaccessible for cleanout, for inspection before concrete placement, and for placement of concrete. Brace temporary closures and set tightly to forms to prevent loss of cement paste. Locate temporary openings on forms in locations as inconspicuous as possible, consistent with requirements of the Work. Form intersecting planes of openings to provide true, clean-cut corners, with edge grain of plywood not exposed as form for concrete. D. Falsework: 1. Erect falsework and support, brace and maintain it to safely support vertical, lateral and asymmetrical loads applied until such loads can be supported by in -place concrete structures. Construct falsework so that adjustments can be made for take- up and settlement. 2. Provide wedges, jacks or camber strips to facilitate vertical adjustments. Carefully inspect falsework and formwork during and after concrete placement operations to determine abnormal deflection or signs of failure; make necessary adjustments to produce finished Work of required dimensions. E. Forms for Smooth Finish Concrete: 1. Do not use metal cover plates for patching holes or defects in forms. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3, Use extra studs, waters and bracing to prevent bowing of forms between studs and to avoid bowed appearance in concrete. Do not use narrow strips of form material that will produce bow. Exposed surfaces that visually exhibit bows in forms will be rejected and replaced where directed by the Engineer. 4. Assemble forms so they may be readily removed without damage to exposed concrete surfaces. Concrete Formwork 0310 00 - 7 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. A. Set and build into the formwork, anchorage devices and other embedded items, shown, specified or required by other Sections. Refer to Paragraph 1.1.B., above, for the requirements of coordination. Use necessary setting drawings, diagrams, instructions and directions. B. Edge Forms and Screeds Strips for Slabs: 1. Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finished slab surface. Provide and secure units to support screeds. 3.05 FIELD QUALITY CONTROL A. Before concrete placement, CONTRACTOR shall check the formwork, including tolerances, lines, ties, tie cones, and form coatings. CONTRACTOR shall make corrections and adjustments to ensure proper size and location of concrete members and stability of forming systems. B. During concrete placement CONTRACTOR shall check formwork and related supports to ensure that forms are not displaced and that completed Work shall be within specified tolerances. C. If CONTRACTOR finds that forms are unsatisfactory in any way, either before or during placing of concrete, placement of concrete shall be postponed or stopped until the defects have been corrected and reviewed by ENGINEER. 3.06 REMOVAL OF FORMS A. Conform to the requirements of ACI 301, Section 2 and ACI 347, Chapter 3.7, except as specified below. a. b. c. d. e. B. C. Walls Columns Beam Soffits Slabs 5 in. thick or less Slabs over 5 in. thick Ambient Temperature (F) 70°F-95°F 60°F-70°F 50°F-60°F Below 50°F 2 days 2 days 3 days 2 days 3 days 4 days 4 days 5 days 6 days 5 days 6 days 7 days 6 days 7 days 7 days Do not remove forms until site -cured test cylinder develops 75% of 28-day strength. Removal of Forms and Supports: Continue curing in accordance with Section 03 30 00, Cast - In -Place Concrete. When high -early strength concrete is specified, a schedule for removal of forms will be developed in the field from the age/strength relationships established for the materials and proportions used by tests in accordance with ACI 301. D. Form facing material shall remain in place a minimum of four days after concrete placement, unless otherwise approved by ENGINEER. Concrete Formwork 03 10 00 - 9 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 03 20 00 CONCRETE REINFORCEMENT 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete reinforcement. 2. The extent of concrete reinforcement is shown. 3. The Work includes fabrication and placement of reinforcement including bars, ties and supports, and welded wire fabric for concrete, encasements and fireproofing. B. Related Sections: 1. Section 03 30 00, Cast -in -Place Concrete. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ASTM A82, Specification for Steel Wire, Plain, for Concrete Reinforcement. 2. ASTM A184, Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement. 3. ASTM A185, Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement. 4. ASTM A496, Specification for Steel Wire, Deformed, for Concrete Reinforcement. 5. ASTM A497, Specification for Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement. 6. ASTM A615, Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 7. ASTM A706, Specification for Low -Alloy Steel Deformed Bars for Concrete Reinforcement. 8. ASTM A775, Specification for Epoxy -Coated Reinforcing Steel Bars. 9. ACI 315, Manual of Standard Practice for Detailing Reinforced Concrete Structures. 10. ACI 318, Building Code Requirements for Structural Concrete. 11. ACI 350, Code Requirements for Environmental Engineering Concrete Structures. 12 ACI SP66, Detailing Manual. Concrete Reinforcement 03 20 00 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. g• Detailed step-by-step instructions for the Special Inspection procedure in accordance with ICBO Reports and IBC. 1.04 DELIVERY, HANDLING AND STORAGE A. Deliver concrete reinforcement materials to the site bundled, tagged and marked. Use metal tags indicating bar size, lengths, and other information corresponding to markings shown on placement diagrams. B. Store concrete reinforcement material at the site to prevent damage and accumulation of dirt or excessive rust. Store on heavy wood blocking so that no part of it will come in contact with the ground. C. Store adhesives in covered storage area at temperatures according to manufacturer guidelines. 1. Dispose of when the shelf life has expired or where stored other than manufacturer's instructions. 2. Container Markings: Include manufacturer's name, product name, batch number, mix ratio by volume, product expiration date, ANSI hazard classification, and appropriate ANSI handling procedures. 2.00 PRODUCTS 2.01 MATERIALS A. Reinforcing Bars: 1. Provide Grade 60 standard reinforcing for all bars at all locations as specified. B. Mechanical Couplers 1. Where permitted in writing by the ENGINEER, mechanical couplers may be used. This connection shall be a full mechanical connection which shall develop in tension or compression, as required, at least 125 percent of specified yield strength (fy) of the bar in accordance with AC1 318. Submit manufacturer ICBO report. 2. Mechanical threaded couplers shall be: a. Lenton Taper Threaded Rebar Couplers by Erico, Inc. b. Lenton Form Saver Couplers by Erico, Inc. c. Cadweld Rebar Coupler by Erica, Inc. C. Steel Wire: ASTM A 82. D. Welded Smooth Wire Fabric: ASTM A 185. 1. Furnish in flat sheets, not rolls. E. Supports for Reinforcement: Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcement in place. Concrete Reinforcement 03 20 00 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 4. Bars that have been field modified or cut without prior approval by the Engineer. 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which concrete reinforcement is to be placed, and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Bars with excessive rust, debris, concrete laitance or other defect shall be removed and replaced where directed by the Owner. 3.02 INSTALLATION A. Comply with the applicable recommendations of specified codes and standards, and CRSi, "Manual of Standard Practice", for details and methods of reinforcement placement and supports. B. Clean reinforcement to remove loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. Repair any visible pinholing in epoxy coated reinforcing. C. Position, support, and secure reinforcement against displacement during formwork construction or concrete placement operations. Locate and support reinforcing by metal chairs, runners, bolsters, spacers and hangers, as required. 1. Place reinforcement to obtain the minimum concrete coverages as shown and as specified in ACI 350. Arrange, space, and securely tie bars and bar supports together with 16 gage wire to hold reinforcement accurately in position during concrete placement operations. Set wire ties so that twisted ends are directed away from exposed concrete surfaces. 2. Prior to placement of concrete, CONTRACTOR shall demonstrate to ENGINEER that the specified cover of reinforcement has been attained, by using a surveying level. 3. Reinforcing steel shall not be secured to forms with wire, nails or other ferrous metal. Metal supports subject to corrosion shall not touch formed or exposed concrete surfaces. 4. Adjusting the location of reinforcing during concrete placement is not permitted. Reinforcing must be firmly secured at specified locations prior to concrete placement. D. Install welded wire fabric in as long lengths as practical. Lap adjoining pieces at least one full mesh and lace splices with 16-gage wire. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. E. Provide sufficient numbers of supports of strength required to carry reinforcement. Do not place reinforcing bars more than 2-inches beyond the last leg of any continuous bar Concrete Reinforcement 03 20 00 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. slowly enough to avoid developing air pockets. 3.03 INSPECTION OF REINFORCEMENT A. Concrete shall not be placed until the reinforcing steel is inspected and permission for placing concrete is granted by the OWNER. All concrete placed in violation of this provision will be rejected. The CONTRACTOR shall give 24-hour written notice to the OWNER's representative prior to reinforcing steel inspection. B. Formwork for walls and other vertical members will not be closed up until the reinforcing steel is inspected and permission for placing concrete is granted by the OWNER. All concrete placed in violation of this provision will be rejected. C. Testing of Drilled Dowels: The CONTRACTOR shall employ a testing agency to perform field quality control testing of the drilled dowel installation. After completion of the manufacturer's recommended curing period and prior to placement of connecting reinforcing, ten percent of drilled dowels installed shall be proof tested for pullout. The drilled dowels shall be tensioned to 50 percent of the specified yield strength. Where dowels are located less than six bar diameters from the edge of concrete, the ENGINEER will determine the tensile load required for the test. If any dowels fail, all installed dowels shall be tested at CONTRACTOR'S expense. Dowels that fail shall be reinstalled and retested at CONTRACTOR'S expense. END OF SECTION Concrete Reinforcement 03 20 00 - 7 F1W11104 — Village Creek WRF Deep Filters 1-20 Mods. 03 25 10 CONCRETE JOINTS 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install concrete joints. 2, The types of concrete joints required include the following: a. Construction joints. b. Expansion joints. e. Control/contraction joints. d. Isolation joints. e. Waterstops. B. General: All joints subject to hydrostatic pressure or in contact with soil, except non - water bearing slabs -on -grade, shall be provided with continuous waterstop. C. Related Sections: 1. Section 03 10 00, Concrete Formwork. 2. Section 03 20 00, Concrete Reinforcement. 3. Section 03 30 00, Cast -In -Place Concrete. 1.02 QUALITY ASSURANCE A. Regulatory Requirements: Acceptance of pourable joint filler for potable water structures by federal EPA or by state health agency. 1. Pourable Joint Filler: Certified as meeting NSF 61. B. Qualifications: Water stop manufacturer shall demonstrate 5 years, minimum, continuous successful experience in production of specified water stops. C. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ACI 301, Standard Specifications for Structural Concrete. 2. ASTM C 920, Standard Specification for Elastomeric Joint Sealants. 3. ASTM D 412, Test Methods for Vulcanized Rubber and Thermoplastic Rubbers and Thermoplastic Elastomers-Tension. 4. ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 5. ASTM D 1752, Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. Concrete Joints 03 2510 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. e. Waterstops shall be centerbulb ribbed type and sized as specified in the Drawings. 2. Product and Manufacturer: Provide one of the following: a. A.C. Horn, Incorporated. b. Greenstreak, Inc. c. Vinylex Corp. 2.02 HYDROPHILIC WATERSTOP MATERIALS A. General Material Properties 1. Hydrophilic waterstop materials shall be bentonite-free and shall expand by a minimum of 80 percent of dry volume in the presence of water to form a watertight joint seal without damaging the concrete in which it is cast. Provide only where indicated in the Contract Documents. 2. The material shall be composed of resins and polymers which absorb water and cause an increase in volume in a completely reversible and repeatable process. The waterstop material shall be dimensionally stable after repeated wet -dry cycles with no deterioration of swelling potential. 3. Select materials which are recommended by the manufacturer for the type of liquid to be contained. B. Hydrophilic Rubber Waterstop 1. The minimum cross sectional dimensions shall be 3/16-inch by 3/4-inch. Waterstop shall be capable of withstanding hydrostatic head pressures relevant to the Work but not less than 100-feet of head pressure. 2. Product and Manufacturer: Provide one of the following: a. Duroseal Gasket, by BBZ USA, Inc. b. Adeka Ultraseal MC-2010M, by Asahi Denka Kogyo K.K. c. SikaSwell S by the Sika Corporation. C. Hydrophilic Sealant: 1. The hydrophilic sealant shall adhere firmly to concrete, metal, and PVC in dry or damp condition. When cured it shall be elastic indefinitely. 2. Product and Manufacturer: Provide one of the following: a. Duroseal Paste, by BBZ USA, Inc. b. Adeka Ultraseal P-201, by Asahi Denka Kogyo K.K. D. Hydrophilic Injection Resin 1. Hydrophilic injection resin shall be acrylate-ester based. The viscosity shall be less than 50 cps. The resin shall be water soluble in its uncured state, solvent free, and non -water reactive. In the cured state it shall form a solid hydrophilic Concrete Joints 03 25 10 - 3 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. B. The sealant shall meet the following requirements (measured at 73 degrees F and 50 percent RH). : 1. Ultimate hardness (ASTM D 2240, Type A, Shore): 20 to 45. 2. Tensile strength (ASTM D 412): 200 psi, minimum. 3. Ultimate elongation (ASTM D 412): 400 percent, minimum. 4. Tear strength (ASTM D 624, die C): 75 pounds per inch of thickness, minimum. 5. Color: light gray. C. Product and Manufacturer: Provide one of the following: 1. Sikaflex-2c, as manufactured by Sika Corporation. 2. Permapol RC-270 Reservoir Sealant, as manufactured by Products Research and Chemical Corporation. 2.08 SEALANT ACCESSORIES A. Backer Rod: Backer rod shall be an extruded closed -cell polyethylene foam rod. The material shall be compatible with the sealant material used and shall have a tensile strength of not less than 40 psi and a compression deflection of approximately 25 percent at 8 psi. The rod shall be 1/8-inch larger in diameter than the joint width at joints less than 3/4-inch wide and 1/4-inch larger in diameter at joints 3/4-inch and wider. B. Bond Breaker Tape: Bond breaker shall be polyethylene or TFE-fluorocarbon self adhesive tape, as recommended by the manufacturer. 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.02 CONSTRUCTION JOINTS A. Comply with the requirements of ACI 301 and as specified below. B. Locate and install construction joints as shown on the Drawings. Additional construction joints shall be located as follows: 1. In walls locate vertical joints at a spacing of 40 feet maximum and approximately 10 feet from corners or as specified in the Drawings. 2. In foundation slabs and slabs on grade locate joints at a spacing of approximately 40 feet. Place concrete in a strip pattern not to exceed 100 linear feet, unless otherwise indicated on the Drawings, to a maximum of 5000 square feet in any one placement. Concrete Joints 03 25 10 - 5 FJW11104 — Village Creek WRF Deep Filters 1-20 Mods. B. Locate and install expansion joints as shown on the Drawings. Install joint filler in accordance with manufacturer's instructions. Sealants shall be installed as specified herein. 3.04 CONTROL JOINTS A. Control joints shall be provided in non -water bearing slabs on grade and where shown in the drawings. A groove, with a depth of at least 25 percent of the slab thickness, shall be formed or saw -cut in the concrete. This groove shall be filled with joint sealant material. B. Where the control joint is formed by sawcutting, the cut shall be made immediately after the concrete has set enough to support the saw and be cut without being damaged or to cause curling. The concrete shall be kept continually moist until the cutting operation. C. Control joints may be formed with a tool or by insertion of a joint forming strip. After the concrete has gained its design strength, the upper portion of the joint forming strip shall be removed and the void filled with sealant. 3.05 ISOLATION JOINTS A. Wherever a sidewalk, paving or other slab on grade abuts a concrete structure and is not shown doweled into that structure, an isolation joint shall be provided. Such joint shall be formed by a 1/2-inch joint filler with the upper 1/2-inch of the joint filled with sealant. 3.06 WATERSTOPS A. General: 1. Comply with the requirements of ACI 301 and as specified below. All joints shall be made in accordance with manufacturer's instructions. 2. Obtain ENGINEER'S approval for waterstop locations not shown on the Drawings. 3. Provide polyvinyl chloride waterstops in all joints in concrete which are intended to retain liquid or are located below grade up to an elevation at least 12-inches above grade or to an elevation at least 12-inches above overflow liquid level in tanks, whichever is higher, except where otherwise shown on the Drawings. B. Polyvinyl Chloride Waterstop: 1. Tie waterstop to reinforcement, at a maximum spacing of 18-inches, so that it is securely and rigidly supported in the proper position during concrete placement. Continuously inspect waterstops during concrete placement to ensure their proper positioning. 2, Splices in waterstops shall be performed by heat sealing the adjacent waterstop sections in accordance with the manufacturer's printed recommendations. It is required that: a. The material shall not be damaged by heat sealing. Concrete Joints 03 25 10 - 7 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. a minimum of 6-inches. The contact surface between the hydrophilic rubber waterstop the PVC waterstop shall be filled with hydrophilic sealant. 5. Where wet curing methods are used, hydrophilic rubber waterstop and sealant shall be applied after curing water is removed and just prior to the closing up of the forms for the concrete placement. Hydrophilic rubber waterstop and sealant shall be protected from the direct rays of the sun and from becoming wet prior to concrete placement. If the material does become wet and expands, it shall be allowed to dry until it has returned to its original cross sectional dimensions before concrete is placed. 6. The hydrophilic rubber waterstop shall be installed in a bed of hydrophilic sealant, before skinning and curing begins, so that any irregularities in the concrete surface are completely filled and the waterstop is bonded to the sealant. After the sealant has cured, concrete nails, with washers of a diameter equal to _the waterstop width, shall be placed to secure the waterstop to the concrete at a maximum spacing of 18-inches. 7. Prior to installation of hydrophilic sealant, the concrete surface shall be wire brushed or sand blasted to remove any laitance or other materials that may interfere with the bonding. Surfaces of metal or PVC to receive sealant shall be cleaned of paint and any material that may interfere with bond. When sealant alone is shown on the Contract Documents, it shall be placed in a built up bead which has a triangular cross section with each side of the triangle at least 3/4- inch in length, unless indicated otherwise. Concrete shall not be placed until the sealant has cured as recommended by the manufacturer. 3.07 BONDING AGENT A. Use epoxy bonding agent for bonding of fresh concrete to concrete that has been in place for at least 60 days or to existing concrete. B. Use epoxy -cement bonding agent for the following: 1. Bonding toppings and concrete fill to concrete that has been in place for at least 60 days or to existing concrete. 2. For all locations where bonding agent is required and concrete cannot be placed within the open time period of epoxy bonding agent. C. Use a cement -water slurry as a bonding agent for toppings and concrete fill to new concrete. The cement water slurry shall be worked into the surface with a stiff bristle broom and concrete shall be placed before the cement -water slurry dries. D. Handle and store bonding agent in compliance with the manufacturer's printed instructions, including safety precautions. E. Mix the bonding agent in complete accordance with the instructions of the manufacturer. E. Before placing fresh concrete, thoroughly roughen surface to 3/16-inch amplitude and clean hardened concrete surfaces and coat with bonding agent not Tess than 1/16-inch thick. Place fresh concrete while the bonding agent is still tacky (within its open time), without removing the in -place bonding agent coat, and as directed by the manufacturer. Concrete Joints 03 25 10 - 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 03 30 00 CAST -IN -PLACE CONCRETE 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. Provide all labor, materials, equipment and incidentals as shown, specified and required to furnish and install cast -in -place concrete. 2. The Work includes providing concrete consisting of portland cement, fine and coarse aggregate, water, and approved admixtures; combined, mixed, transported, placed, finished and cured. The Work also includes: a. Providing openings in concrete to accommodate the Work under this and other Sections and building into the concrete all items such as sleeves, frames, anchor bolts, inserts and all other items to be embedded. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be installed in the concrete. C. Classifications of Concrete: 1. Class A (4,000 psi) concrete shall be steel reinforced and includes the following: a. All concrete, unless indicated otherwise. 2. Class B (3,500 psi) concrete shall be placed without forms or with simple forms, with little or no reinforcing, and includes the following: a. Concrete fill within structures. b. Duct banks. c. Unreinforced encasements. d. Thrust blocks. 3. Class C (2,000 psi) concrete shall be unreinforced and used where required as concrete fill under foundations, filling abandoned piping and wherever "lean" concrete is required on the Drawings. D. Related Sections: 1. Section 03 10 00, Concrete Formwork. 2. Section 03 20 00, Concrete Reinforcement. 3. Section 03 25 10, Concrete Joints. 4. Section 03 60 00, Grout. 1.02 QUALITY ASSURANCE A. Qualifications: Cast -in -Place Concrete 03 30 00 -1 FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods. 26. ASTM C 309, Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 27. ASTM C 330, Specification for Lightweight Aggregates for Structural Concrete. 28, ASTM C 494, Specification for Chemical Admixtures for Concrete. 29. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Shear. 30. ASTM E 154, Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover. 31. ASTM E 329, Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used for Construction. C. Concrete Testing Service: 1. OWNER shall employ, at its own expense, testing laboratories experienced in the testing of concrete materials to perform material evaluation tests. a. Testing agency shall meet the requirements of ASTM E 329. b. Selection of a testing laboratory is subject to ENGINEER'S approval. c. Submit a written description of the proposed concrete testing laboratory giving qualifications of personnel, laboratory facilities and equipment, and other information that may be requested by ENGINEER. 2. Materials and installed Work may require testing and retesting, as directed by ENGINEER, at any time during the progress of the Work. Allow free access to material stockpiles and facilities at all times. Tests not specifically indicated to be done at OWNER'S expense, including the retesting of rejected materials and installed Work, shall be done at CONTRACTOR'S expense. D. Qualifications of Water -Reducing Admixture Manufacturer: 1. Water -reducing admixtures shall be manufactured under strict quality control in facilities operated under a quality assurance program. CONTRACTOR shall furnish copy of manufacturer's quality assurance handbook to document the existence of the program. Manufacturer shall maintain a concrete testing laboratory that has been approved by the Cement and Concrete Reference Laboratory at the Bureau of Standards, Washington, D.C. 2. Provide a qualified concrete technician employed by the admixture manufacturer to assist in proportioning the concrete for optimum use of the admixture. The concrete technician shall advise on proper addition of the admixture to the concrete and on adjustment of the concrete mix proportions to meet changing jobsite conditions. Laboratory Trial Batch: 1. Each concrete mix design specified shall be verified by a laboratory trial batch, unless indicated otherwise. 2. Each trial batch shall include the following testing: a. Aggregate gradation for fine and coarse aggregates. E. Cast -in -Place Concrete FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 033000-3 shrinkage expressed as percentage of base length shall be made and reported separately for 7, 14, 21, and 28 days of drying after seven days of moist curing. 3. The drying shrinkage deformation of each specimen shall be computed as the difference between the base length (at "0" days drying age) and the length after drying at each test age. The average drying shrinkage deformation of the specimens shall be computed to the nearest 0.0001-inch at each test age. if the drying shrinkage of any specimen departs from the average of that test age by more than 0.0004-inch, the results obtained from that specimen shall be disregarded. Results of the shrinkage test shall be reported to the nearest 0.001 percent of shrinkage. Compression test specimens shall be taken in each case from the same concrete used for preparing drying shrinkage specimens. These tests shall be considered a part of the normal compression tests for the project. Allowable shrinkage limitations shall be as specified in Part 2, herein. G. Sample Panels: 1. Provide sample panels of wall finishes, 12-inches by 12-inches by 3-inches thick, where requested by the OWNER. Perform revisions and corrective work required to produce finished concrete and surfaces as required by ENGINEER. a. Construct additional sample panels as may be required if original results are not satisfactory. 2. The continuity of color and texture for exposed concrete surfaces is of prime importance. Maintain such controls and procedures, in addition to those specified, as is necessary to provide continuous match of concrete Work with accepted samples. H. Existing Sample Panels 1. The OWNER will identify sections of existing concrete members which will serve as reference examples of acceptable concrete finishes. 2. If appropriate existing concrete members do not exist to define all the finishes specified, sample sections shall be constructed as specified herein as needed. 1.03 SUBMITTALS A. Samples: Submit samples of materials as specified and as otherwise may be requested by ENGINEER, including names, sources and descriptions. B. Shop Drawings: Submit for approval the following: 1. Manufacturer's specifications with application and installation instructions for proprietary materials and items, including admixtures and bonding agents. 2. List of concrete materials and concrete mix designs proposed for use. Include the results of ail tests performed to qualify the materials and to establish the mix designs. 3. The following information, if ready -mixed concrete is used. a. Physical capacity of mixing plant. b. Trucking facilities available. c. Estimated average amount that can be produced and delivered to the site during a normal eight hour day, excluding the output to other customers. Cast -in -Place Concrete FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 033000-5 I. ENGINEER. J. OWNER representative (COFW). K. The Concrete Coordination Meeting shall be held at a mutually agreed upon time and place. The OWNER shall be notified no less than five days prior to the date of the Concrete Coordination Meeting. 2.00 PRODUCTS 2.01 CEMENTITIOUS MATERIALS A. Cement: 1. Portland cement, ASTM C 150, Type II. 2. Use portland cement made by a well-known acceptable manufacturer and produced by not more than one plant. Alternate cement sources may be used provided that a mix design has been accepted and a trial batch verifying performance has been made. 3. Do not use cement which has deteriorated because of improper storage or handling. 2.02 AGGREGATES A. General: 1. Aggregates shall conform to the requirements of ASTM C 33 and as herein specified. 2. Do not use aggregates containing soluble salts or other substances such as iron sulfides, pyrite, marcasite, ochre, or other materials that can cause stains on exposed concrete surfaces. B. Fine Aggregate: Clean, sharp, natural sand free from loam, clay, lumps or other deleterious substances. 1. Dune sand, bank run sand and manufactured sand are not acceptable. C. Coarse Aggregate: Clean, uncoated, processed aggregate containing no clay, mud, loam, or foreign matter, as follows: 1. Crushed stone, processed from natural rock or stone. 2. Washed gravel, either natural or crushed. Use of slag and pit or bank run gravel is not permitted. 2.03 WATER A. Water used in the production and curing of concrete shall be clean and free from injurious amounts of oils, acids, alkalis, organic materials or other substances that may be deleterious to concrete or steel. 2.04 CONCRETE ADMIXTURES A. Provide admixtures produced by established reputable manufacturers, and use in compliance with the manufacturer's printed instructions. All admixtures shall be compatible and by a single manufacturer capable of providing qualified field service representation. Cast -in -Place Concrete 03 30 00 - 7 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. F. Calcium Chloride: Calcium chloride shall not be used. G. Shrinkage Reducing Admixture 1. A shrinkage reducing admixture shall be permitted to be used in the mix design where necessary to meet specified shrinkage limitations provided that specified strength requirements are met and there is no reduction in sulfate resistance and no increase in permeability. 2. Shrinkage reducing admixtures shall be one of the following: a. Eclipse, as manufactured by Grace Construction Products. b. Tetraguard AS20, as manufactured by Master Builders, Inc. H. If super plasticizers are used in mix designs, the mix shall be slumped at jobsite prior to addition of plasticizer. 2.05 PROPORTIONING AND DESIGN OF MIXES A. Prepare concrete design mixes subject to the following recommendations. Final proportions and mix design is the responsibility of the CONTRACTOR: Classification Coarse Aggregate' Minimum Cementiou (Ibs/cy) Maximum W/C Ratio4 Slump2 Air (%) Minimum Compressive (psi) Size A SizeB Class A #57 #$ 530 0.45 4" Max. 5+/-1 4000 Class B #57or#65 517 0.50 6" Max. 5+/-1 3500 Class C Any ASTM C33 No Requirements 2500 1. Coarse aggregate size numbers refer to ASTM C 33. Where a size A and B are listed, it is intended that the smaller size B aggregate is to be added, replacing a portion of the coarse and /or fine aggregate, in the minimum amount necessary to make a workable and pumpable mix with a sand content not exceeding 41 percent of total aggregate. 2. The slumps listed are prior to the addition of high range water reducer (super plasticizer) 3. Mix designs shall be made for all but Class C, which does not require a trial batch, so that the compressive strength achieved for the laboratory trial batches will be no less than 125 percent of the specified design strength. This is to assure meeting the design strength for all concrete batched during the project. 4. The quantity of water to be used in the determination of the water-cementitious materials ratio shall include free water on aggregates in excess of SSD and the water portion of admixtures. Cast -in -Place Concrete 03 30 00 - 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. A. Provide epoxy and epoxy -cement bonding agents as specified in Section 03251, Concrete Joints. 2.07 CONCRETE CURING MATERIALS A. Absorptive Cover: Burlap cloth made from jute or kenaf, weighing approximately 10 ounces per square yard and complying with AASHTO M 182, Class 3. 8. Curing Mats: Curing mats shall be heavy carpets or cotton mats, quilted at 4-inches on center. Curing mats shall weigh a minimum of 12 ounces per square yard when dry. C. Moisture Retaining Cover: One of the following, complying with ASTM C 171. 1. Waterproof paper. 2. Polyethylene film. 3. White burlap -polyethylene sheet. D. Curing Compound: ASTM C 309 Type 1-0 (water retention requirements): 1. Product and Manufacturer: Provide one of the following: a. Super Aqua Cure VOX, as manufactured by The Euclid Chemical Company. b. Sealtight 1100, as manufactured by W.R. Meadows, Incorporated. c. MasterKure, as manufactured by Master Builders, Inc. 2. Curing compound must be applied by roller or power sprayer. 2.08 FINISHING AIDS A. Evaporation Retardant: 1. Product and Manufacturer: Provide one of the following: a. Confilm, as manufactured by Master Builders. b. Eucobar, as manufactured by Euclid Chemical Company. c. Sika Film by Sika Corporation. 2.09 CRACK INJECTION MATERIALS A. Epoxy: 1. Epoxy for injection shall be a low viscosity, high modulus moisture insensitive type. 2. Products and Manufacturers: Provide one of the following: a. Sikadur 35, Hi -Mod L.V. and Sikadur 31, Hi -Mod Gel, as manufactured by Sika Corporation. b. Eucopoxy Injection Resin, as manufactured by The Euclid Chemical Company. B. Hydrophilic Resin 1. Hydrophilic resin shall be an acrylic -ester based resin with a maximum viscosity of 50 cps. It shall cure into a flexible rubber -like material that has the potential for unrestrained increase in volume in excess of 100 percent in the presence of water. Cast -in -Place Concrete FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods. 03 30 00 - 11 A. CONTRACTOR shall coordinate the requirements of all specified materials with the proposed mix design to ensure compatibility between the products. 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and the conditions under which Work is to be performed and notify ENGINEER, in writing, of unsatisfactory conditions. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.02 CONCRETE MIXING A. General: 1. Concrete may be produced at batch plants or it may be produced by the ready -mixed process. Batch plants shall comply with the recommendations of ACI 304, and shall have sufficient capacity to produce concrete of the qualities specified, in quantities required to meet the construction schedule. All plant facilities are subject to testing laboratory inspection and acceptance of ENGINEER. 2. Mixing: a. Mix concrete with an approved rotating type batch machine, except where hand mixing of very small quantities may be permitted. b. Remove hardened accumulations of cement and concrete frequently from drum and blades to assure acceptable mixing action. c. Replace mixer blades when they have lost ten percent of their original height. d. Use quantities such that a whole number of bags of cement is required, unless otherwise permitted. B. Ready -Mix Concrete: 1. Comply with the requirements of ASTM C 94, and as herein specified. Proposed changes in mixing procedures, other than herein specified, must be accepted by ENGINEER before implementation. a. Plant equipment and facilities: Conform to National Ready -Mix Concrete Association "Plant and Delivery Equipment Specification". b. Mix concrete in revolving type truck mixers that are in good condition and which produce thoroughly mixed concrete of the specified consistency and strength. c. Do not exceed the proper capacity of the mixer. d. Mix concrete for a minimum of two minutes after arrival at the job site, or as recommended by the mixer manufacturer. e. Do not allow the drum to mix while in transit. f. Mix at proper speed until concrete is discharged. Cast -in -Place Concrete FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 03 30 00 - 13 A. General: Place concrete continuously so that no concrete will be placed on concrete that has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as specified in Section 03 25 10, Concrete Joints. Deposit concrete as nearly as practical in its final location to avoid segregation due to rehandling or flowing. Do not subject concrete to any procedure which will cause segregation. 1. The CONTRACTOR shall provide 24-hour written notice to the OWNER representative prior to all concrete placements. 2. Screed concrete that is to receive other construction to the proper level to avoid excessive skimming or grouting. 3. Do not use concrete which becomes non -plastic and unworkable, or does not meet the required quality control limits, or which has been contaminated by foreign materials. Do not use retempered concrete. Remove rejected concrete from the job site and dispose of it in an acceptable location. 4. Do not place concrete until all forms, bracing, reinforcement, and embedded items are in final and secure position. 5. Unless otherwise approved, place concrete only when ENGINEER or OWNER representative is present. 6. Allow a minimum of three days before placing concrete against a slab or wall already in place. B. Bonding for Next Concrete Pour: 1. Prepare for bonding of fresh concrete to new concrete that has set but is not fully cured, as follows: a. Thoroughly wet the surface, but allow no free standing water. b. For horizontal surfaces place a 2-inch layer of mortar, one part sand and one part cement with water added to a flowable consistency, or a 3-inch layer of Construction Joint Grout, as specified in Section 03 60 00, Grout, over the hardened concrete surface. c. Place fresh concrete before the mortar/grout has attained its initial set. d. If a high range water reducer is used to increase the concrete slump to at least 6- inches, the mortar/grout layer may be omitted. 2. Bonding of fresh concrete to fully -cured hardened existing concrete shall be accomplished by using a bonding agent as specified in Section 03 25 10, Concrete Joints. C. Concrete Conveying: 1. Handle concrete from the point of delivery and transfer to the concrete conveying equipment and to the locations of final deposit as rapidly as practical by methods that will prevent segregation and loss of concrete mix materials. 2. Provide mechanical equipment for conveying concrete to ensure a continuous flow of concrete at the delivery end. Provide runways for wheeled concrete conveying equipment from the concrete delivery point to the locations of final deposit. Keep Cast -in -Place Concrete 03 30 00 - 15 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. E. Placing Concrete Slabs: 1. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 2. Consolidate concrete during placing operations using mechanical vibrating equipment, so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 3. Consolidate concrete placed in beams and girders of supported slabs, and against bulkheads of slabs on ground, as specified for formed concrete structures. 4, Bring slab surfaces to the correct level. Smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. Do not disturb the slab surfaces prior to beginning finishing operations. 5. Where slabs are placed in conditions of high temperature or wind that could lead to formation of plastic shrinkage cracks, an evaporation retardant shall be applied in accordance with the manufacturer's recommendations, when required by the ENGINEER. F. Quality of Concrete Work: 1. Make all concrete solid, compact and smooth, and free of Iaitance, cracks and cold joints. 2. All concrete for liquid retaining structures, and all concrete in contact with earth, water, or exposed directly to the elements shall be watertight. 3. Cut out and properly replace to the extent directed by ENGINEER, or repair to the satisfaction of ENGINEER, surfaces which contain cracks or voids, are unduly rough, or are in any way defective. Thin patches or plastering shall not be acceptable. 4. All leaks through concrete that exhibit any flowing water, and cracks, holes or other defective concrete in areas of potential leakage, shall be repaired and made watertight by CONTRACTOR. 5. Repair, removal, and replacement of defective concrete as directed by ENGINEER shall be at no additional cost to the OWNER. G. Cold Weather Placing: 1. Protect all concrete Work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures, in compliance with the requirements of AO 306 and as herein specified. 2. When the air temperature has fallen to or may be expected to fall below 40°F, provide adequate means to maintain the temperature, in the area where concrete is being placed, at between 50°F and 70°F for at least seven days after placing. Provide temporary housings or coverings including tarpaulins, insulating blankets and plastic film. Maintain the heat and protection, if necessary, to ensure that the ambient temperature does not fall more than 30°F in the 24 hours following the seven-day period. Avoid rapid dry -out of concrete due to overheating, and avoid thermal shock due to sudden cooling or heating. Cast -in -Place Concrete 03 30 00 -17 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 1. Produce smooth form finish by selecting form materials that will impart a smooth, hard, uniform texture. Arrange panels in an orderly and symmetrical manner with a minimum of seams. Repair and patch defective areas as specified herein. 2. lise smooth form finish for the following: a. Exterior surfaces that are exposed to view. b. Surfaces that are to be covered with a coating material. The material may be applied directly to the concrete or may be a covering bonded to the concrete such as waterproofing, dampproofing, painting or other similar system. c. Interior vertical surfaces of liquid containers. d. Interior and exterior exposed beams and undersides of slabs. e. Surfaces to receive a smooth rubbed or grout cleaned finish. C. Smooth Rubbed Finish: 1. Provide smooth, Class A, rubbed finish to concrete surfaces, which have received smooth form finish and where all defects have been repaired, as follows: a. Rubbing of concrete surfaces not later than the day after form removal. b. Moistening of concrete surfaces and rubbing with carborundum brick or other abrasive until a uniform color and texture is produced. Do not apply cement grout other than that created by the rubbing process. 2. Except where surfaces have been previously covered as specified above, use smooth, Class A, rubbed finish for the following: a. Interior exposed walls and other vertical surfaces. b. Exterior exposed walls and other vertical surfaces down to one foot below grade. c. Interior and exterior horizontal surfaces, except exterior exposed slabs and steps. d. Interior exposed vertical surfaces of liquid containers down to one foot below liquid level. e. Edges of concrete pipe supports, equipment bases and other miscellaneous concrete bases and supports. D. Related Unformed Surfaces: 1. At tops of walls, horizontal offsets, and similar unformed surfaces occurring adjacent to formed surfaces, strike off smooth and finish with a texture matching the adjacent formed surfaces. Continue the final surface treatment of formed surfaces uniformly across the adjacent unformed surfaces, unless otherwise shown. E. The addition of water to concrete surfaces for purposes of aiding finishing operations is prohibited. 3.07 SLAB FINISHES A. Float Finish: Cast -in -Place Concrete 03 30 00 -19 FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods. 1. Protect freshly placed concrete from premature drying and excessive cold or hot temperature, and maintain without drying at a relatively constant temperature for the period of time necessary for hydration of the cement and proper hardening of the concrete. 2. Start initial curing after placing and finishing concrete as soon as free moisture has disappeared from the concrete surface. Keep continuously moist for not Tess than 72 hours. 3. Begin final curing procedures immediately following initial curing and before the concrete has dried. Continue final curing for at least seven days and in accordance with ACI 301 procedures for a total curing period, initial plus final, of at least ten days. For concrete sections over 30-inches thick, continue final curing for an additional seven days, minimum. Avoid rapid drying at the end of the final curing period. B. Curing Methods: 1. Water retaining, below grade structures, and slabs shall be moist cured by the addition of water to maintain the surface in a continually wet condition. Other concrete shall be cured by moist curing, or by moisture retaining cover curing, or by the use of curing compound when permitted in writing by the ENGINEER. Use curing compound only when permitted by ENGINEER. a. For curing, use water that is free of impurities that could etch or discolor exposed, natural concrete surfaces. 2. Provide moisture curing by any of the following methods: a. Keeping the surface of the concrete continuously wet by covering with water. b. Continuous water -fog spray. c. Covering the concrete surface with curing mats, thoroughly saturating the mats with water, and keeping the mats continuously wet with sprinklers or porous hoses. Place curing mats so as to provide coverage of the concrete surfaces and edges, with a 4-inch lap over adjacent mats. If necessary, the curing cover shall be weighted to maintain contact with the concrete surface. d. At the end of the curing period apply one coat of curing compound, unless concrete surface is to receive a topping or coating or application is waived by the ENGINEER. 3. Provide moisture retaining cover curing as follows: a. Cover the concrete surfaces with the specified moisture retaining cover for curing concrete, placed in the widest practical width with sides and ends lapped at least 3- inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during the curing period using cover material and waterproof tape. 4. Provide liquid curing compound as follows: a. Apply the specified curing compound to all concrete surfaces when permitted by ENGINEER. Slabs to receive terrazzo floors, chemical resistant heavy duty concrete topping or ceramic tile, shall not be cured with liquid curing compound, but shall be moisture cured. The compounds shall be applied immediately after final finishing in a continuous operation by power spray equipment in accordance with the manufacturer's directions. Recoat areas that are subjected to heavy rainfall within Cast -in -Place Concrete FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 033000-21 A. The OWNER shall employ a testing laboratory to perform field quality control testing. ENGINEER or testing agency will direct the number of tests and cylinders required. The testing laboratory shall make standard compression test cylinders and entrained air tests as specified below, except when a laboratory representative is not present the CONTRACTOR shall make standard compression cylinders and entrained air tests. CONTRACTOR shall also provide all labor, material and equipment required including, scale, glass tray, cones, rods, molds, air tester, thermometer, curing in a heated storage box, water holding tank and all other incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage and curing, and transportation required by the testing. B. Quality Control Testing During Construction: 1. Perform sampling and testing for field quality control during the placement of concrete, as follows: a. Sampling Fresh Concrete: ASTM C 172. b. Slump: ASTM C 143; one test for each concrete load at point of discharge; and one for each set of compressive strength test specimens. c. Air Content: ASTM C 231; one for every other concrete load at point of discharge and placement, or when required by an indication of change. d. Compressive Strength Tests: ASTM C 39; one set of compression cylinders for each 50 cubic yards or fraction thereof, of each mix design placed in any one day; one specimen tested at seven days, and three specimens tested at 28 days. 1). Adjust mix if test results are unsatisfactory and resubmit for ENGINEER'S approval. 2). Concrete that does not meet the strength requirements is subject to rejection and removal from the Work, or to other such corrective measures as directed by ENGINEER, at the expense of CONTRACTOR. e. Compression Test Specimens: ASTM C 31; make one set of four standard cylinders for each compressive strength test, unless otherwise directed. 1). Cast, store and cure specimens as specified in ASTM C 31. f. Water Cementitious Materials Ratio: Perform one test from each sample from which compression test specimens are taken in accordance with AASHTO TP 23. Concrete Temperature: Test hourly when air temperature is 40°F and below, and when 80°F and above; and each time a set of compression test specimens is made. Concrete temperatures measuring above 90 degrees F at any point prior to placement will be rejected - no exceptions. 2. The testing laboratory shall submit certified copies of test results directly to ENGINEER and CONTRACTOR within 24 hours after tests are made. 3. The Concrete Mix Supplier shall be given written procedures and notice to observe initial cylinder sample retrieval and testing procedures such that testing procedures utilized are agreed to by the Concrete Supplier and the Testing Laboratory. C. Evaluation of Quality Control Tests: g. Cast -in -Place Concrete FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 033000-23 strength determination. Tests shall comply with the requirements of ASTM C 42 and the following: a. Take at least three representative cores from each member or suspect area at locations directed by ENGINEER. b. Strength of concrete for each series of cores will be considered satisfactory if their average compressive strength is at least 85 percent and no single core is Tess than 75 percent of the 28 day required compressive strength. c. Report test results to ENGINEER, in writing, on the same day that tests are made. Include in test reports, the Project identification name and number, date, name of CONTRACTOR, name of concrete testing service, location of test core in the structure, type or class of concrete represented by core sample, nominal maximum size aggregate, design compressive strength, compression breaking strength and type of break (corrected for length -diameter ratio), direction of applied load to core with respect to horizontal plane of the concrete as placed, and the moisture condition of the core at time of testing. 2. Fill core holes solid with non -shrink, high strength grout, and finish to match adjacent concrete surfaces. 3. Conduct static load test and evaluations complying with the requirements of AO 318 if the results of the core tests are unsatisfactory, or if core tests are impractical to obtain, as directed by ENGINEER. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Temporary Openings 1. Openings in concrete walls and/or slabs required for passage of Work or installation of equipment and not shown on the Drawings shall be provided, but only with approval of the ENGINEER. 2. All temporary openings made in concrete shall be provided with waterstop in below grade or water retaining members. Continuity of required reinforcement shall be provided in a manner acceptable to the ENGINEER. 3. Temporary openings left in concrete structures shall be filled with concrete after the Work causing the need for the opening is in place, unless otherwise shown or directed. Mix, place and cure concrete as specified herein, to blend with in -place construction. Provide all other miscellaneous concrete filling shown or required to complete the Work. B. Equipment Bases: 1. Unless specifically shown otherwise, provide concrete bases for all pumps and other equipment. CONTRACTOR shall coordinate and construct bases to the dimensions shown, or as required to meet manufacturers; requirements and Drawing elevations. Where no specific elevations are shown, bases shall be 6-inches thick and extend 3- inches outside the metal equipment base or supports. Bases shall have smooth trowel finish, unless a special finish such as terrazzo, ceramic tile or heavy duty concrete topping is required. In those cases, provide appropriate concrete finish. Cast -in -Place Concrete FTW 11104 — Village Creek WRF Deep Filters 1-20 Mods. 03 30 00 - 25 B. Method of Repair of Formed Surfaces: 1. Repair and patch defective areas with cement mortar or concrete repair mortar immediately after removal of forms and as directed by ENGINEER. Repairs made to water bearing and buried surfaces shall be made with repair mortar only. Repairs of form tie holes on water bearing or buried surfaces shall be made with non -shrink grout as specified in Section 03600, Grout. 2. Cut out honeycomb, rock pockets, voids, and holes left by tie rods and bolts, down to solid concrete but, in no case, to a depth of less than 1-inch for cement mortar and 1/2- inch for repair mortar. Make edges of cuts perpendicular to the concrete surface. Before placing the cement mortar, thoroughly clean and brush -coat the area to be patched with the specified bonding agent. Where concrete repair mortar is used, bonding agent shall be optional and the surface prepared and mortar placed per manufacturers recommendations. a. Repairs at exposed -to -view surfaces shall match the color of surrounding concrete, except color matching is not required for the interior surfaces of liquid containers up to one foot below liquid level. CONTRACTOR shall impart texture to repaired surfaces to match texture of existing adjacent surfaces. Provide test areas at inconspicuous locations to verify mixture, texture and color match before proceeding with the patching. Compact mortar in place and strike off slightly higher than the surrounding surface. 3. Structural cracks shall be pressure grouted using an injectable epoxy using a pumped pressure system. Apply in accordance with the manufacturer's directions and recommendations. 4. Non-structural cracks shall be pressure grouted using hydrophilic resin. Apply in accordance with the manufacturer's directions and recommendations. 5. Determination of the crack type shall be made by the ENGINEER. 6. Fill holes extending through concrete by means of a plunger- type gun or other suitable device from the least exposed face, using a flush stop held at the exposed face to ensure completely filling. At below grade and water retaining members, fill holes with concrete repair mortar except use a color matched cement mortar for the outer 2-inches at exposed to view surfaces. 7. Where powerwashing and/or scrubbing is not adequate, abrasive blast exposed -to -view surfaces that require removal of stains, grout accumulations, sealing compounds, and other substances marring the surfaces. Use sand finer than No. 30 and air pressure from 15 to 25 psi. C. Repair of Unformed Surfaces: 1. Test unformed surfaces, such as monolithic slabs, for smoothness and to verify surface plane to the tolerances specified for each surface and finish. Correct low and high areas as herein specified. 2. Test unformed surfaces -sloped to drain for trueness of slope, in addition to smoothness, using a template having the required slope. Correct high and !ow areas as herein specified. Cast -in -Place Concrete 03 30 00 - 27 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 8. Assure that surface is acceptable for flooring material to be installed in accordance with manufacturer's recommendations. E. Other Methods of Repair: 1. Repair methods not specified above may be used if approved by ENGINEER. END OF SECTION Cast -in -Place Concrete F M/11104 —Village Creek WRF Deep Filters 1-20 Mods. 03 30 00 - 29 03 60 00 GROUT 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. Provide all labor, materials, equipment, and incidentals as shown, specified and required to furnish and install grout. 2. The types of grout include the following: a. Non -Shrink Grout: This type of grout is to be used wherever grout is shown in the Contract Documents, unless another type is specifically referenced. Two classes of non -shrink grout (Class I and II) and areas of application are specified herein. b. Non -Shrink Epoxy Grout (Class III). c. Grout Fill, Topping Grout. d. Construction Joint Grout. B. Related Sections: 1. Section 03 30 00, Cast -in -Place Concrete. 2. Section 05 05 10, Anchorages. C. Application: The following is a listing of typical applications and the corresponding type of grout which is to be used. Unless indicated otherwise, grouts shall be provided as listed below whether called for on the Drawings or not. Application Type of Grout Beam and column (1 or 2 story) base plates and precast concrete bearing less than 16-inches in the least dimension. Column base plates and precast concrete bearing (greater than 2 story or larger than 16- inches in the least dimension). Base plates for storage tanks and other non - motorized equipment and machinery less than 30 horsepower. Machinery over 30 horsepower and equipment Grout F1W11104 — Village Creek WRF Deep Bed Filters 1-20 Mods. Non -shrink Class II Non -shrink Class I Non -shrink Class 03 60 00 -1 8. ASTM C 579, Test Method for Compressive Strength of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings and Polymer Concretes. 9. ASTM C 827, Test Method for Early Volume Change of Cementitious Mixtures. 10. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete. 11. ASTM C 937, Specification for Grout Fluidifier for Preplaced-Aggregate Concrete. 12. 12. ASTM C 939, Text Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method). 13. 13. ASTM C 1107, Specification for Packaged Dry, Hydraulic -Cement Grout (Non - shrink). 14. 14. ASTM C 1181, Test Method for Compressive Creep of Chemical -Resistant Polymer Machinery Grouts. 15. 15. ASTM D 696, Test Method for Coefficient of Linear Thermal Expansion of Plastics. B. Field Tests: 1. Compression test specimens will be taken during construction from the first placement of each type of grout, and at intervals thereafter as selected by the OWNER to ensure continued compliance with these specifications. 2. Compression tests and fabrication of specimens for non -shrink grout will be performed as specified in ASTM C 109 at intervals during construction as selected by the OWNER. A set of three specimens will be made for testing at seven days, 28 days, and each additional time period as appropriate. 3. Compression tests and fabrication of specimens for epoxy grout will be performed as specified in ASTM C 579, Method B, at intervals during construction as selected by the OWNER. A set of three specimens will be made for testing at seven days, and each earlier time period as appropriate. 4. The cost of all laboratory tests on grout will be borne by the OWNER, but CONTRACTOR shall assist in obtaining specimens for testing. However, CONTRACTOR shall be charged for the cost of any additional tests and investigation on work performed which does not conform to the requirements of the specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. 1.03 SUBMITTALS A. Shop Drawings, submit for approval the following: 1. For Grout Fill and Construction Joint Grout, copies of grout design mix and laboratory test reports for grout strength tests. B. Reports and Certificates, submit for approval the following: 1. For proprietary materials, submit copies of manufacturer's certification of compliance with the specified properties for Class I, II, and ill grouts. Grout FTW11104 — Village Creek WRF Deep Bed Filters 1-20 Mods. 036000-3 a. Masterfiow 928, as manufactured by Master Builders, Inc. b. Five Star Grout, as manufactured by Five Star Products, Inc. c. Hi -Flow Grout, as manufactured by the Euclid Chemical Company C. Class II Non -Shrink Grout: 1. Class I1 non -shrink grouts shall have a minimum 28 day compressive strength of 7000 psi. This grout is for general purpose grouting applications as specified herein. 2. Shall meet the requirements of ASTM C 1107 and the following requirements when tested using the amount of water required to achieve the following properties: a. Flowable consistency (140 percent flow on ASTM C 230, five drops in 30 seconds). b. Fluid working time of at least 15 minutes. c. Flowable for at least 30 minutes. 3. The grout when tested shall not bleed at maximum allowed water. • 4. The non -shrink property is not based on a chemically generated gas or gypsum expansion. 5. Product and Manufacturer: Provide one of the following: a. Set Grout, as manufactured by Master Builders, inc. b. NBEC Grout, as manufactured by Five Star Products, Inc. c. NS Grout, as manufactured by the Euclid Chemical Company. D. Class III Non -Shrink Epoxy Grout: 1. Epoxy grout shall be a flowable, non -shrink, 100 percent solids system. The epoxy grout system shall have three components: resin, hardener, and specially blended aggregate, all premeasured and prepackaged. The resin component shall not contain any non - reactive diluents. Resins containing butyl giycidyl ether (BGE) or other highly volatile and hazardous reactive diluents are not acceptable. Variation of component ratios is not permitted, unless specifically recommended by the manufacturer. Manufacturer's instructions shall be printed on each container in which the materials are packaged. The following properties shall be attained with the minimum quantity of aggregate allowed by the manufacturer. 2. Product and Manufacturer: Provide one of the following: a. Euco High Strength Grout, as manufactured by The Euclid Chemical Company. b. Sikadur 42 Grout Pak, as manufactured by Sika Corporation. c. Five Star Epoxy Grout, as manufactured by Five Star Products, Incorporated. 3. The vertical volume change at all times before hardening shall be between 0.0 percent shrinkage and four percent expansion when measured according to ASTM C 827 (modified for epoxy grouts by using an indicator ball with a specific gravity between 0.9 and 1.1). Alternately, epoxy grouts which maintain an effective bearing area of not less than 95 percent are acceptable. Grout 03 60 00.5 FTW11104 —Village Creek WRF Deep Bed Filters 1-20 Mods. and mixed with Class Al concrete as specified in Section 03 30 00, Cast -In -Place Concrete. The mix requirements are as follows: a. Compressive Strength: 4,000 psi minimum at 28-days. b. Maximum Water -Cement Ratio: 0.45 by weight. c. Coarse Aggregate: ASTM C33, No. 8 size. d. Fine Aggregate: ASTM C33, approximately 60 percent by weight of total aggregate. G. Requirements for Grout Fill and Construction Joint Grout 1. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the Project for grout required. Comply with AC1 211.1 and report to ENGINEER the following data: a. Complete identification of aggregate source of supply. b. Tests of aggregates for compliance with specified requirements. c. Brand, type and composition of cement. d. Brand, type and amount of each admixture. e. Amounts of water used in trial mixes. f. Proportions of each material per cubic yard. g. Gross weight and yield per cubic yard of trial mixtures. h. Measured slump. i. Measured air content. j. Compressive strength developed at seven days and 28 days, from not less than three test specimens cast for each seven day and 28-day test, and for each design mix. 2. Submit written reports to ENGINEER of proposed mix of grout at least 30 days prior to start of Work. Do not begin grout production until mixes have been approved by ENGINEER. 3. Laboratory Trial Batches: When laboratory trial batches are used to select grout proportions, prepare test specimens and conduct strength tests as specified in ACI 301, Section 4 - Proportioning. However, mixes need not be designed for greater than 125 percent of the specified strength, regardless of the standard deviation of the production facility. 4. Field Experience Method: When field experience methods are used to select grout proportions, establish proportions as specified in ACI 301, Section 4. 5. Admixtures: Use air -entraining admixture in all grout. Use amounts of admixtures as recommended by the manufacturer for climatic conditions prevailing at the time of placing. Adjust quantities and types of admixtures as required to maintain quality control. Do not use admixtures which have not been incorporated and tested in the accepted design mix, unless otherwise authorized in writing by ENGINEER. 2.02 CURING MATERIALS Grout FTW11104 —Village Creek WRF Deep Bed Filters 1-20 Mods. 036000-7 C. Handrails and Railings: 1. After posts have been properly inserted into the holes or sleeves, fill the annular space between posts and sleeve with the non -shrink, non-metallic grout. Bevel grout at juncture with post so that moisture flows away from post. D. Construction Joints: 1. Place a 3-inch minimum thick layer of Construction Joint Grout over the contact surface of the old concrete at the interface of horizontal construction joints as specified in Section 03 25 10, Concrete Joints, and Section 03 30 00, Cast-ln-Place Concrete. E. Topping Grout: 1. All mechanical, electrical, and finish work shall be completed prior to placement of topping grout. The base slab shall be given a roughened textured surface by sandblasting or hydroblasting exposing the aggregates to ensure bonding to the base slab. 2. The minimum thickness of grout topping shall be 1-inch. 3. The base slab shall be thoroughly cleaned and brought to a saturated surface dry condition prior to placing topping and fill. No topping concrete shall be placed until the slab is complete free from standing pools or ponds of water. A thin coat of neat Type II cement slurry shall be broomed into the surface of the slab and topping or fill concrete shall be placed while the slurry is still wet. The topping and fill shall be compacted by rolling or tamping, brought to established grade, and floated. 4. Topping grout placed on sloping slabs shall proceed uniformly from the bottom of the slab to the top, for the full width of the placement. 5. The surface shall be tested with a straight edge to detect high and low spots which shall be immediately eliminated. When the topping has hardened sufficiently, it shall be steel troweled to a smooth surface free from pinholes and other imperfections. An approved type of mechanical trowel may be used as an assist in this operation, but the last pass over the surface shall be by hand -troweling. During finishing, no water, dry cement or mixture of dry cement and sand shall be applied to the surface. 6. Cure and protect the grout topping as specified in Section 03 30 00, Cast -In -Place Concrete. F. Grout Fill 1. All mechanical, electrical, and finish work shall be completed prior to placement of grout fill. Grout fill shall be mixed, placed, and finished as required in Section 03 30 00, Cast - In -Place Concrete. 2. The minimum thickness of grout fill shall be 1-inch. Where the finished surface of grout fill is to form an intersecting angle of less than 45 degrees with the concrete surface it is to be placed against, a key shall be formed in the concrete surface at the intersection point. The key shall be a minimum of 3-1/2-inches wide by 1-1/2-inches deep. 3. The surface shall be tested with a straight edge to verify that the surface slopes uniformly to drain and to detect high and low spots which shall be immediately eliminated. When the grout fill has hardened sufficiently, it shall be steel troweled to a Grout FTW11104 — Village Creek WRF Deep Bed Filters 1-20 Mods. 036000-9 03 74 00 MODIFICATIONS TO EXISTING CONCRETE 1.00 GENERAL 1.01 SUMMARY A. Scope of Work: 1. Furnish all labor, materials, equipment, and incidentals required and cut, remove, repair, or otherwise modify parts of existing concrete structures or appurtenances as shown on the Drawings and as specified herein. Work under this Section shall also include bonding new concrete to existing concrete. B. Related Sections: 1. Section 03 10 00, Concrete Formwork. 2. Section 03 20 00, Concrete Reinforcement. 3. Section 03 25 10, Concrete Joints and Joint Accessories. 4. Section 03 30 00, Cast -in -Place Concrete. 5. Section 03 60 00, Grout. 6. Section 05 5010, Miscellaneous Metal Fabrications. 7. Section 07 90 00, Joint Sealants. 1.02 QUALITY ASSURANCE A. Referenced Standards: Comply with provisions of following codes, specifications, and standards, except as otherwise indicated. 1. ASTM C881 - Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete 2. ASTM C882 - Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Sheer 3. ASTM D570 - Standard Test Method for Water Absorption of Plastics 4. ASTM D638 - Standard Test Method for Tensile Properties of Plastics 5. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics 6. ASTM D732 - Standard Test Method for Shear Strength of Plastics by Punch Tool 7. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical insulating Materials B. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer or where directed in the Drawings. C. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing, and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to Modifications to Existing Concrete FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 037400-1 5). Water Absorption (ASTM D570 - 2 hour boil): 1 percent maximum at 14 days 6). Bond Strength (ASTM C882) Hardened to Plastic: 1,500 psi minimum at 14 days moist cure 7). Color: Gray 3. Approved manufacturer's include: Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod; Master Builder's, Cleveland, Ohio - Concresive Liquid (LPL); or W.R. Meadows. C. Epoxy Paste 1. General a. Epoxy Paste shall be a two -component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and shall comply with the requirements of ASTM C881, Type 1, Grade 3, and the additional requirements specified herein. 2. Material a. Properties of the cured material: 1). Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days 2). Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break 0.3 percent minimum 3). Flexural Strength (ASTM D790 Modulus of Rupture): 3,700 psi minimum at 14 days 4). Shear Strength (ASTM D732): 2,800 psi minimum at 14 days 5). Water Absorption (ASTM D570): 1.0 percent maximum at 7 days 6). Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 7). Color: Concrete grey 3. Approved manufacturer's include: a. Overhead applications: Sikadur Hi -mod LV 31, Sika Corporation, Lyndhurst, New Jersey; Concresive 1438, Master Builders, Inc., Cleveland, Ohio; or W.R. Meadows. b. Sikadur Hi -mod LV 32, Sika Corporation, Lyndhurst, New Jersey; Concresive 1438, Master Builders, Inc., Cleveland, Ohio; or W.R. Meadows. D. Non -Shrink Precision Cement Grout, Non -Shrink Cement Grout, and Non -Shrink Epoxy Grout are included in Section 03 60 00, Grout. E. Repair Mortars: See Section 03 93 00. 3.00 EXECUTION 3.01 GENERAL A. Cut, repair, reuse, demolish, excavate, or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit Modifications to Existing Concrete FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 037400-3 B. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-in in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to final inspection. C. If reinforcing steel is exposed, it must be mechanically cleaned to remove all contaminants, rust, etc., as approved by the Engineer. If half of the diameter of the reinforcing steel is exposed, chip out behind the steel. The distance chipped behind the steel shall be a minimum of 1-in. Reinforcing to be saved shall not be damaged during the demolition operation. D. Reinforcing from existing demolished concrete that is shown to be incorporated in new concrete shall be cleaned by mechanical means to remove all loose material and products of corrosion before proceeding with the repair. It shall be cut, bent, or lapped to new reinforcing as shown on the Drawings and provided with 1-in minimum cover all around. E. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. Adhesive doweling shall be in accordance with Section 03 20 00. 1. Method A: After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. Brush on a 1/16-in layer of cement and water mixed to the consistency of a heavy paste. Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. 2. Method B: After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. The field preparation and application of the epoxy bonding agent shall comply strictly with the manufacturer's recommendations. Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond. 3. Where no method is specified, Method B shall be used. END OF SECTION Modifications to Existing Concrete 03 74 00 - 5 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. p3 93 00 CONCRETE REPAIR AND REHABILITATION 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to repair or rehabilitate all existing concrete members and surfaces identified in the Contract Documents. 2. CONTRACTOR shall repair all damage to new concrete construction as specified herein, except that where such repairs are specified in Section 03 30 00, Cast -in -Place Concrete. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be included with the repair and rehabilitation of concrete. C. Related Sections: 1. Section 03 30 00 - Cast -in -Place Concrete. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ASTM C 109, Test Method for Compressive Strength of Hydraulic Cement Mortars. 2. ASTM C 157, Test Method for Length Change of Hardened Cement Mortar and Concrete. 3. ASTM C 348, Standard Test Method for Flexural Strength of Hydraulic Cement Mortars 4. ASTM C 496, Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens 5. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete. 6. ASTM D 412, Test Methods for Vulcanized and Thermoplastic Rubbers and Thermoplastic Elastomers - Tension. 7. ASTM D 570, Test Method for Water Absorption of Plastics. 8. ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 9. ASTM D 638, Test Method for Tensile Properties of Plastics. 10. ASTM D 695, Test Method for Compressive Properties of Plastics. 11. ASTM D 732, Test Method for Shear Strength of Plastics by Punch Tool. 12. ASTM D 790, Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 13. ASTM D 903, Test Method for Peel or Stripping Strength of Adhesive Bonds. Concrete Repair and Rehab FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods, 039300-1 A. Repair mortar shall be a prepackaged cement based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a two -component polymer - modified, portland cement, fast setting, trowel -grade mortar. The repair mortar shall be enhanced with a penetrating corrosion inhibitor and shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 1 day: 2000 psi at 28 days: 6000 psi Bond Strength (minimum) C 882* at 28 days: 1800 psi * Modified for use with repair mortars. B. Where the least dimension of the placement in width or thickness, exceeds 4- inches, the repair mortar shall be extended by addition of aggregate as recommended by the manufacturer. C. Product and Manufacturer: Provide one of the following: 1. SikaTop 122 Plus or SikaTop 123 Plus, as manufactured by Sika Corporation. 2. Emaco S88-Cl or S66-CI, as manufactured by BASF. 2.02 REPAIR MORTAR —SPRAY -APPLIED A. Repair mortar shall be a prepackaged cement based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a single -component, cementitious, silica fume enhanced, fiber reinforced, shrinkage compensated, sprayable repair mortar. The repair mortar shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 1 day: 3500 psi at 28 days: 9000 psi Flexural Strength at 28 days 1000 psi C 348 Tensile Strength at 28 days 700 psi C 496 Slant Shear Bond Strength (minimum) C 882* at 28 days: 2250 psi * Modified for use with repair mortars. B. Product and Manufacturer: Provide one of the following: 1. SP15 Spray Mortar, or Emaco S88-CI, as manufactured by BASF. 2. SikaRepair 224, as manufactured by Sika Corporation. 2.03 2.03 EXPOSED REBAR REPAIR Concrete Repair and Rehab 03 93 OD - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. A. System shall consist of Hypalon sheeting anchored with a two -component epoxy resin adhesive. B. Epoxy Resin Adhesive shall conform to ASTM C 881, and have the following properties (cured material unless noted otherwise): Physical Property Potlife (mixed, uncured material) Consistency (mixed, uncured matt.) Tack -Free Time to Touch Tensile Strength Elongation at break Modulus of Elasticity Compressive Strength Flexural Strength Shear Strength Water Absoption Bond Strength - (2-day dry cure) (14-day moist cure) Value ASTM Standard 25-45 minutes Non -sag (1/2 in. thick) 2-3 hours at 732F 3600 psi at 14 days 0.4% at 14 days 7.5x10spsiat14days 12000 psi at 28 days 4400 psi at 14 days 3400 psi at 14 days 0,79% at 1 day 3300 psi 2400 psi C. Hypalon Sheeting shall have the following properties: Physical Property Tensile Strength Elongation at Break Tensile Set after Break Tear Resistance Low Temperature Performance Ozone Resistance (3-month exposure) Water/ozone (3 ppm) No Effect Air/ozone (2-300 ppm) No Effect Note: Tests performed with material and curing conditions at 71-752F and 45-55% relative humidity. D 638 D 638 D 638 D 695 D 790 D732 0 570 C 882 C 882 3.00 EXECUTION Value 1000 psi 800% 400% 250 lb./in. Maintained to -402F ASTM Standard D 412 D 412 D 412 D 624 3.01 INSPECTION A. CONTRACTOR shall examine areas and conditions under which repair Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. Concrete Repair and Rehab FTW1.1.104 —Village Creek WRF Deep Filters 1-20 Mods. 039300-5 A. Surface defects are depressions in a concrete surface which do not extend all the way through the member. The depressions can result from the removal of an embedded item, the removal of an intersecting concrete member, physical damage, unrepaired rock pockets created during original placement, or spalls from corroded reinforcing steel or other embeds. B. Preparation: 1. All loose, damaged concrete shall be removed by chipping to sound material. 2. Where existing reinforcing bars are exposed, concrete shall be removed to a minimum of 1-inch all around the bars. If the existing bars are cut through, cracked, or the cross sectional area is reduced by more than 25 percent, the ENGINEER shall be notified immediately. 3. The perimeter of the damaged area shall be score cut to a minimum depth of 0.5-inch and a maximum depth to not cut any existing reinforcing steel. Existing concrete shall be chipped up to the score line so that the minimum thickness of repair mortar is 0.5- inch. C. Repair Material: 1. Repair of surface defects in members, which are normally in contact with water or soil, or in the interior surfaces of enclosed chambers that contain water shall be made only with repair mortar. 2. Repair of other surface defects may be by the application of repair mortar, repair concrete, shotcrete, or cement grout, as appropriate. 3.04 PATCHING OF HOLES IN CONCRETE A. For holes larger than 48-inches, refer to the Drawings for reinforcement details. 3.05 PATCHING OF LINED HOLES A. This Section applies to those openings which have embedded material over all or a portion of the inside edge. Unless indicated to remain in place on the Drawings or by the ENGINEER, such embedded materials shall be removed and the remaining hole repaired as specified above. The requirements for repairing holes in concrete specified above shall apply as modified herein. B. Where embedded material is allowed to remain, it shall be trimmed back a minimum of 2- inches from the concrete surface. The embedded material shall be roughened or abraded to promote good bonding to the repair material. Any substance that interferes with good bonding shall be completely removed. C. Any embedded item that is not securely and permanently anchored into the concrete shall be completely removed. D. Embedded items which are larger than 12-inches in their least dimension shall be completely removed, unless they are composed of a metal to which reinforcing steel can be welded. Where reinforcement is required, it shall be welded to the embedded metal. E. The following additional requirements apply to concrete members which are in contact with water or soil. Concrete Repair and Rehab 03 93 00 - 7 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. results in a repair thickness of less than 0.5--inch to return to original concrete surface location in isolated areas totaling less than ten percent of the total repair area, additional concrete shall be removed to obtain the 0.5-inch thickness. Where the area with repair thickness of less than O.5-inch exceeds ten percent of the total repair area, notify the ENGINEER. In any case, repair mortar shall be added so that the minimum cover over existing reinforcing steel is 2-inches. CONTRACTOR shall not place repair mortar so as to create locally raised areas. Where there is a transition with wall surfaces which are not in need of repair, the repair mortar shall not be feathered at the transition. A score line shall be sawcut to not less than the minimum repair mortar depth and concrete chipped out to it to form the transition. Care shall be taken to not cut or otherwise damage any reinforcing steel. 4. The repair mortar shall be placed to an even, uniform plane to restore the member to its original surface. Tolerance for being out of plane shall be such that the gap between a 12-inch straight edge and the repair mortar surface does not exceed 0.125-inch and the gap between a 48-inch straight edge and the repair mortar surface does not exceed 0.25-inch. This shall apply to straight edges placed in any orientation at any location. D. Finishing: 1. The repair mortar shall receive a smooth, steel trowel finish. 2. When completed, there shall be no sharp edges. All exterior corners, such as at penetrations, shall be made with a 1-inch radius. All interior corners shall be square except corners to receive lining shall be made with a 2-inch repair mortar fillet. E. Curing: 1. Curing shall be performed as recommended by the repair mortar manufacturer, except that the cure period shall be at least 24 hours and shall be by means of a continuous fog spray. If the manufacturer recommends the use of a curing compound, no material shall be used that would interfere with the bond of the protective coating system or adhesive used for placing the lining, where required. 3.07 REPAIR OF LEAKING CRACKS 1N CONCRETE A. Prior to drilling injection holes, Contractor shall locate embedded reinforcing steel, conduit, etc. in the areas scheduled to be repaired. B. Drill injection port holes as shown on the Drawings, and in accordance with material manufacturer's recommendations. If reinforcing steel is encountered, move injection hole as necessary. Do not cut through reinforcing steel. C. Set removable injection ports (packers) equipped with "zerk" fittings in injection holes. Flush cracks with clean water with a neutral pH range 3 to 10. D. Mix polyurethane grout material with catalyst in accordance with manufacturer's recommendations. E. On vertical cracks, begin grout injection at the lowest port. On horizontal cracks, begin at one end. F. Inject grout until grout appears at adjacent port. Disconnect and start injection at adjacent port. After injecting 3-4 ports, disconnect and re -inject all ports a second time. Upon Concrete Repair and Rehab FTW11104 Village Creek WRF Deep Filters 1-20 Mods. 03 93 00 - 9 CONTRACTOR shall also provide all labor, material and equipment required including rods, molds, thermometer, curing in a heated storage box, and all other incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage, curing, and transportation required by the testing. B. Field tests of cement based grouts and repair mortar: 1. Compression test specimens will be taken during construction from the first placement of each type of mortar or grout, and at intervals thereafter as selected by the ENGINEER to ensure continued compliance with these specifications. The specimens will be made by the ENGINEER or its representative. 2. Compression tests and fabrication of specimens for repair mortar and non -shrink grout will be performed as specified in ASTM C 109. A set of three specimens will be made for each test. Tests shall be made at 7 days, 28 days, and additional time periods as appropriate. 3. All material, already placed, which fails to meet the requirements of these specifications, is subject to removal and replacement at the cost of CONTRACTOR. 4. The cost of all laboratory tests on mortar and grout will be borne by the CONTRACTOR. CONTRACTOR shall be responsible for the cost of any additional tests and investigation on Work performed which does not conform to the requirements of the specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. C. Repair Concrete: Repair concrete shall be tested as required in Section 03 30 00, Cast -in - Place Concrete. END OF SECTION Concrete Repair and Rehab 03 93 00 -11 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 05 05 10 ANCHORAGES 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified, and required to furnish and install anchorages. B. The types of Work using the anchor bolts, toggles and inserts include, but are not limited to the following: 1. Rails. 2. Sluice and slide gates. 3. Hangers and brackets. 4. Equipment. 5. Piping. 6. Grating and floor plate. 7. Electrical, Plumbing and HVAC Work. 8. Metal, wood and plastic fabrications. C. Related Sections: 1. Section 05 50 10, Miscellaneous Metal Fabrications. 2. Section 05 52 20, Aluminum Handrails and Railings. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified. 1. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 123, Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 3. ASTM A 153, Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 4. ASTM A 307, Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 5. ASTM A 484, Specification for General Requirements for Stainless and Heat -Resisting Steel Bars, Billets and Forgings. 6. ASTM A 525, Specification for General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. 7. ASTM A 536, Specification for Ductile Iron Castings. 8. ASTM A 570, Specification for Steel, Sheet and Strip, Carbon, Hot -Rolled, Structural Quality. 050510-1 Anchorages FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. Bolt Diameter Min. Shear Min. Pull -Out Load (Inches) (Pounds) (Pounds) 1/2 5,000 7,600 5/8 8,000 12,000 3/4 11,500 17,000 7/8 15,700 20,400 1 20,500 28,400 2.02 MATERIALS A. Anchor Bolts: 1. Provide stainless steel bolts and hardware cornplying with ASTM F 593, AISI Type 316 headed or non -headed type with nitronic 60 stainless steel nuts and locknuts, unless otherwise indicated. 2. For equipment, provide anchor bolts, which meet the equipment manufacturer's recommendations for size, material, and strength. Anchors shall be Type 316 stainless steel. 3. Provide anchor bolts as shown on the Drawings or as required to secure structural steel to concrete or masonry. 4. Locate and accurately set the anchor bolts using templates or other devices as required. 5. Protect threads and shank from damage during installation of equipment and structural steel. 6. Comply with manufacturer's required embedment length and necessary anchor bolt projection. B. Adhesive Anchors: 1. Provide stainless steel adhesive anchors complying with ASTM F 593, AISI Type 316 with nitronic 60 stainless steel nuts and locknuts. 2. Anchors shall be of the size required for the concrete strength specified. 3. Adhesive anchors shall consist of threaded rods or bolts anchored with an adhesive system into hardened concrete. The adhesive system shall use a two -component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. The embedment depth of the rod/bolt shall provide a minimum allowable bond strength that is equal to the allowable tensile capacity of the rod/bolt, unless noted otherwise on the Drawings. 4. Product and Manufacturer: 050510-3 Anchorages F rw111o4 —Village Creek WRF Deep Filters 1-20 Mods. C. Use toggle bolts for fastening brackets and other elements onto masonry units. D. For the adhesive anchors and adhesive material, CONTRACTOR shall comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. CONTRACTOR shall properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive capsules or material. Refer to the Drawings for details. E. Use torque wrench for all anchor installations and torque to manufacturer recommendations. 3.03 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3.04 FIELD QUALITY CONTROL A. CONTRACTOR shall employ a testing laboratory to perform field quality testing of installed anchors. OWNER inspector shall determine the level of testing which is required for the various types of adhesive anchors and anchor bolts. A minimurn of ten percent of the adhesive anchors are to be tested to 50 percent of the ultimate tensile capacity of the adhesive anchor as published in the manufacturer's catalogue. B. if failure of any of the adhesive anchors or reinforcing bars occurs, CONTRACTOR will be required to pay for the costs involved in testing the remaining 90 percent. C. CONTRACTOR shall correct improper workmanship, remove and replace, or correct as directed by the ENGINEER, all adhesive anchors or bars found unacceptable or deficient, at no additional cost to the OWNER. D. CONTRACTOR shall pay for all corrections and subsequent tests required to confirm the integrity of the adhesive anchor or bar. E. The independent testing and inspection agency shall complete a report on each area. The report should summarize the observations made by the inspector and be submitted to ENGINEER. F. Provide access for the testing agency to places where Work is being produced so that required inspection and testing can be accomplished. END OF SECTION Anchorages FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 050510-5 05 50 10 MISCELLANEOUS METAL FABRICATIONS 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified and required to furnish miscellaneous metal fabrications, including surface preparation and shop priming. B. The extent of miscellaneous metal fabrications Work is shown on the Drawings and includes items fabricated from iron, steel and aluminum shapes, plates, bars, castings and extrusions, which are not a part of the structural steel or other metal systems covered by other Sections of these Specifications. C. The types of miscellaneous metal items include, but are not limited to the following: 1. Aluminum ladders. 2. Extruded aluminum stair nosings. 3. Bollards. 4. Miscellaneous framing and supports. 5. Miscellaneous accessories and fasteners. 6. Seat Angles, supports and brackets. 7. Access hatches. D. Related Sections: 1. Section 05 05 10, Anchorages. 2. Section 05 52 20, Aluminum Handrails and Railings. 3. Section 09 96 00.01, High Performance Coatings. 1.02 QUALITY ASSURANCE A, Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified: 1. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 153, Specification for Zinc Coating (Hot -Dip) on iron and Steel Hardware. 3. ASTM A 240, Specification for Heat -Resisting Chromium and Chromium -Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. 4. ASTM A 276, Stainless and Heat -Resisting Steel Bars and Shapes. 5. ASTM A 320, Specification for Alloy Steel Bolting Material for Low Temperature Service. 6. ASTM B 209, Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 7. ASTM B 211, Specification for Aluminum and Aluminum -Alloy Bars, Rods and Wire. Misc. Metal Fabrications 05 5010 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 1. Use Type 316 stainless steel unless shown otherwise in the Drawings. D. Stainless Steel Fasteners and Fittings: ASTM A 320. E. Surface Preparation and Shop Priming: Ali steel shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09902. F. Galvanizing: All galvanizing of fabricated steel items shall comply with the requirements of ASTM A 123. G. Aluminum Finish: Provide an Architectural Class I anodized finish for all aluminum work unless specifically shown or specified to be mill or other finish. 2.02 MISCELLANEOUS METAL ITEMS A. Aluminum Ladders: 1. Fabricate ladders for the locations shown on the Drawings, with dimensions, spacings, details and anchorages as shown on the Drawings, and specified. Comply with the requirements of ANSI A14.3, except as otherwise shown on the Drawings or specified. a. Unless otherwise shown on the Drawings, provide 1 1/2-inch diameter Schedule 40 side rails, spaced 18-inches apart, minimum. b. Provide extruded square rungs, spaced 12-inches on centers, maximum with non- slip surface on the top of each rung. Adhesive strips for non -slip surfaces will not be allowed. 2. Fit rungs in centerline of side rails, plug weld and grind smooth on outer rail faces. 3. Support each ladder at top and bottom and at intermediate points spaced not more than five feet on centers. Use welded or bolted brackets, designed for adequate support and anchorage, and to hold the ladder clear of the wall surface with a minimum of 7-inches clearance from wall to centerline of rungs. Unless otherwise shown on the Drawings, or approved by the ENGINEER, extend rails 42-inches above top rung, and return rails to wall or structure, unless other secure handholes are provided. lithe adjacent structure does not extend above the top rung, goose neck the extended rails back to the structure to provide secure ladder access. 4, Use extruded aluminum conforming to alloy and temper of the 5000 series alloys B. Aluminum Ladder Safety Cages: 1. Fabricate ladder safety cages from extruded flat bars, assembled by welding or riveting. Unless otherwise shown on the Drawings, provide 1/2-inch by 3-inch top, bottom and intermediate hoops spaced not more than five feet on centers; and 3/8-inch by 2-inch vertical bars, secured to each hoop. Space vertical bars approximately 9-inches on centers. Fasten assembled safety cage to ladder rails and adjacent construction as shown on the Drawings. Grind all wells, sharp edges and projections smooth. 2. Comply with the requirements of ANSI A14.3. 3. Use extruded aluminum conforming to alloy and temper of the 5000 series alloys. C. Extruded Aluminum Stair Nosings: Misc. Metal Fabrications FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 05 5010 - 3 H. Surface Preparation and Shop Priming: All miscellaneous metal fabrications shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09 90 20. I. Aluminum Finish: Provide an Architectural Class 1 anodized finish, AA M32C22 A41, clear, as specified in NAAMM Manual. J. Access Hatch Covers, Frames, and Appurtenances: 1. Furnish and install access hatches consisting of hatch covers, frames, gaskets, and appurtenances, as shown on the Drawings. 2. Hatches shall be aluminum material. Hardware and anchorages shall be Type 316 stainless steel. 3. Provide lockable hasps at all hatches. OWNER shall provide the lock. 4. All hatches shall have safety grating. 5. CONTRACTOR shall coordinate concrete embed and blackout requirements of the hatch prior to construction. 6. Manufacturer: a. Bilco. b. Halliday. K. Aluminum Stairs: 1. Stringers: 6061-T6 aluminum alloy. 2. Stair Treads: a. Aluminum of same type specified under Aluminum Grating. b. Of sizes indicated on the Drawings and 1-3/4 inch minimum depth with cast abrasive type safety nosings. 3. Handrails and Guardrails: Aluminum pipe specified under Aluminum Handrails and Guardrails (Nonwelded Pipe). 4. Fasteners: Type 316 stainless steel. L. Provide metal ships' Ladders and pipe crossovers/platforms where indicated. Fabricate of open -type construction with channel or plate stringers and pipe and tube railings unless otherwise indicated. Platform shall be designed to allow for safe access to valves and for a minimum live load of 100 psf. Ships' ladder angle shall not exceed 60 degrees. Provide brackets and fittings for installation. 1. Fabricate ships' ladders and pipe crossovers/platform framing including railings from aluminum. 2. Fabricate treads and platforms in accordance to specification Section 05 53 20. 3.00 EXECUTION 3.01 INSTALLATION Misc. Metal Fabrications 05 5010 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 05 52 20 ALUMINUM HANDRAILS AND RAILINGS 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, tools, equipment and incidentals as shown on the Drawings, specified and required to furnish and install aluminum handrail and railing systems. The Work also includes: a. Providing openings in, and attachments to, aluminum handrail and railing systems to accommodate the Work under this and other Sections and providing for the aluminum handrail and railing systems all items such as anchor bolts, fasteners, studs and all items required for which provision is not specifically included under other Sections. 2. Extent of aluminum handrail and railing systems is shown on the Drawings and specified. 3. Types of products required include the following: a. Top and two intermediate horizontal railing systems. b. Handrail system. c. Toeboards. d. Anchors and fasteners. e. Sleeves, castings, reinforcing inserts, wall brackets, gates, gate latches, stops and hinges, chains, and other miscellaneous accessories. f. Custom finished architectural Class 1 anodized finish for all system components. B. Coordination: 1. Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the handrail and railing. 2. Coordinate all handrail and railing locations as required for Work meeting all governing authorities. C. Related Sections: 1. Section 03 60 00, Grout. 2. Section 05 5010, Miscellaneous Metal Fabrications. 3. Section 09 96 00.01, High Performance Coatings. 1.02 SYSTEM DESCRIPTION A. Aluminum handrail and railing system shall consist of three equally spaced horizontal rails with totally concealed mechanical fasteners, set screws and adhesively bonded components fastened to posts spaced not more than 5 feet - 0 inches on center and a system of handrails Aluminum Handrails and Railings 05 52 20 1 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. b. Align rails so variations from level for horizontal members and from parallel with rake of stairs and ramps for sloping members do not exceed 1/4-inch in 12 feet - 0 inches. 3. Provide "pencil -line" thin butt joints. 4. Shims shalt be provided as necessary to maintain alignment at existing structures. Handrails and Railing alignment shall inspected by Owner for approval. E. Source Quality Control: 1. Obtain all handrails and railings systems components and accessories from the same manufacturer. F. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ASTM B 26, Specification for Aluminum and Aluminum -Alloy Sand Castings. 2. ASTM B 117, Practice for Operating Salt Spray (Fog) Apparatus. 3. ASTM B 136, Method for Measurement of Stain Resistance of Anodic Coatings on Aluminum. 4. ASTM B 137, Test Method for Measurement of Coating Mass Per Unit Area of Anodically Coated Aluminum. 5. ASTM B 210, Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes. 6. ASTN B 221, Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles and Tubes. 7. ASTM B 241, Specification for Aluminum and Aluminum -Alloy Seamless Pipe and Seamless Extruded Tube. 8. ASTM B 244, Test Method for Measurement of Thickness of Anodic Coatings on Aluminum and of Other Nonconductive Coatings on Nonmagnetic Basis Metals with Eddy -Current Instruments. 9. ASTM B 247, Specification for Aluminum and Aluminum -Alloy Die Forgings, Hand Forgings, and Rolled Ring Forgings. 10. ASTM B 429, Specification for Aluminum -Alloy Extruded Structural Pipe and Tube. 11. ANSI A1264.1, Safety Requirements for Workplace Floor and Wall Openings, Stairs and Railing Systems. 12. The Aluminum Association, AA ASD-1, Aluminum Standards and Data. 13. The Aluminum Association, AA SAA-46, Standards for Anodized Architectural Aluminum. 14. The Aluminum Association, AA DSA-45, Designation System for Aluminum Finishes. 15. Architectural Metal Products Division of The National Association of Architectural Metal Manufacturers, AMP/NAAMM, Pipe Railing Manual. 16. Architectural Metal Products Division of The National Association of Architectural Metal Manufacturers, AMP 501, Finishes for Aluminum. Aluminum Handrails and Railings 05 52 20 - 3 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. The calculations shall be prepared, signed and sealed by a Registered Professional Engineer licensed in the State of Texas. 4. Manufacturer's catalogs showing complete selection of standard and custom components and miscellaneous accessories for selection by ENGINEER. C. Certification: Submit for approval the following: 1. Copies of material purchase receipts indicating actual materials purchased for this job, signed by a certified and licensed Notary Public, verifying that material purchased for the Work complies with material designations specified as confirmed by approved Shop Drawings. 2. Manufacturer's certificate on results of load testing the completed handrail and railing systems, demonstrating compliance with all applicable OSHA, ANSI and Building Code, Building Construction Code requirements and the system performance criteria specified for superimposed loadings and deflection limitations. 3. Finish: Furnish a written certificate confirming specified anodized coating film thickness, sealing treatment and stain test performance. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: 1. Deliver handrails and railings and all accessories dry and undamaged, with manufacturer's protective coating intact, bearing original intact factory labels identifying component's location and use within the completed systems. 2. Handrail and railing systems components, which are damaged during delivery or while being unloaded, shall not be stored on site. Remove such units from site and replace with new, undamaged material. B. Storage of Materials: 1. Store handrail and railing systems components and accessory materials in a dry location and in a manner that will protect strippable coating from exposure to sun and condensation; with good air circulation around each piece and with protection from wind blown rain. 2. Store handrail and railing systems components and accessory materials under tarpaulin covers and in an area protected from dirt, damage, weather and from the construction activities of all contractors. Do not store outside or allow items to become wet or soiled in any way while on site. 3. Do not store in contact with concrete, earth or other materials that might cause corrosion, staining, scratching or damage to finish. Do not install system components, which become dented, scratched or damaged in any way. Remove such components from site and replace with new, undamaged material. C. Handling of Materials: 1. Do not subject handrail and railing systems components and accessory materials to bending or stress. Aluminum Handrails and Railings 05 52 20 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 3. Thermal Control: Provide adequate expansion within fabricated systems that allows for a thermal expansion and contraction caused by a material temperature change of 140°F to -20°F without warp or bow of system components. Distance between expansion joints shall be based on providing a 1/4-inch wide joint at 70°F, which accommodates a movement of 150 percent of the calculated amount of movement for the specified temperature range. 4. Provide expansion joints in handrail and railing systems where systems cross expansion joints in structure. 5. Provide handrail and railing systems as shown on the Drawings. Where handrail or railing systems are required by either the governing authority or the Occupational Safety and Health Act, or the Americans with Disabilities Act, aluminum handrail and railing systems of the type specified herein shall be provided. 6. Configuration of all handrail and railing systems components shall be as shown on the Drawings. Verify dimensions at the site without causing delay in the Work. 7. Except where detailed dimensions are shown on the Drawings, indicate required locations for posts, space posts maximum 5 foot-0 inches on centers. 8. Where details show post location requirements at or near end of runs, uniformly space intermediate posts as required to meet loading and deflection criteria specified, but not greater than maximum spacing specified. Where posts are shown at straight walkways and other locations where railing is provided on each side, locate railing system posts opposite each other; do not stagger. 9. Comply with handrail and railing systems details shown on the Drawings. Provide fabricator's standard details for conditions not shown on the Drawings and for general system assembly, unless otherwise specified. All details shown are typical; similar details apply to similar conditions, unless specifically otherwise shown on the Drawings. 10. Fabricator is responsible for structural analysis and detailing of handrails and railings systems. Provide complete structural calculations and verification of other system performance criteria and Shop Drawings for all handrail and railing members, anchors and all other support system components prepared, signed and stamped with the seal of a Licensed Professional Engineer licensed to practice in the State of Texas. B. Fasteners and Supports: 1. Provide the size, length and load carrying capacity required to carry the specified loadings required by performance criteria times a minimum safety factor of four. 2. Where sizes are shown on the Drawings, the sizes shown shall be considered minimum. Increase size to comply with required system performance criteria loadings and minimum safety factor specified. 3. All railing system posts shall be provided with a circular profile solid reinforcing bar with outside diameter equal to inside diameter of post. Each post shall receive one reinforcing bar. 2.02 MATERIALS A. Extruded Aluminum Architectural and Ornamental Shapes: ASTM B221, Alloy 6063-T52. Aluminum Handrails and Railings 05 52 20 - 7 FNW11104 — Village Creek WRF Deep Filters 1-20 Mods. stainless steel eyebolts, 1/4-inch stainless steel threaded quick links and heavy-duty swivel snaps with spring -loaded latch. N. Custom Cover Flanges: 1/4-inch high by 4-inch diameter; aluminum. O. System Components and Miscellaneous Accessories: Provide a complete selection of manufacturer's standard and custom aluminum handrail and railing systems components and miscellaneous accessories as may be required based on conditions and requirements shown on the Drawings, including, but not limited to, fascia flanges, post brackets, complete selection of one and two-piece handrail brackets for selection by ENGINEER including protective inserts, threaded bushing brackets, interlocking panel clips, clamps, channel adapters, end caps, post caps, adapters, ADA-compliant accessories and similar items. Show the type and location of all such items on Shop Drawings. P. Adhesive: Two part waterproof epoxy -type as recommended by handrail and railing systems manufacturer. Q. Non -Shrink, Non -Metallic Grout: 1. See Spec 03 60 00. 2.03 FABRICATION A. General: Unless otherwise shown on the Drawings or specified in the Contract Documents provide typical non -welded construction details and fabrication techniques as recommended by AMP/NAAMM publications specified. Form exposed Work true to line and level with accurate angles, surfaces and straight edges. Fabricate all corners without the use of fittings. C. Form bent -metal corners to the radius shown on the Drawings without causing grain separation or otherwise impairing the Work. Use radius bends to form all changes in direction of handrail and railing systems. Form elbow bends and wall returns to uniform radius, free from buckles and twists, with smooth finished surfaces, or use prefabricated bends. Provide not less than 4-inch outside radius. D. Provide chains across openings in railings where shown on the Drawings. Attach one end of each chain to a 1/4-inch eye bolt in the post and the other end attached by means of an approved heavy stainless steel swivel eye snap hook to a similar eye bolt in the opposite post. E. Remove burrs from all exposed edges. F. Locate intermediate rails equally spaced between top rail and finished floor. G. Close aluminum pipe ends by using prefabricated fittings. H. Weep Holes: 1. Fabricate joints, which will be exposed to the weather so as to exclude water. 2. Provide 1/4-inch diameter weep holes at the lowest possible point on all handrail and railing systems posts. 3. Provide pressure relief holes at closed ends of handrail and railing systems. Toeboards: B. Aluminum Handrails and Railings 05 52 20 - 9 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 1. Hand Rubbed Finish: Where required to complete the Work and provide uniform, continuous texture, provide hand rubbed finish to match medium satin directional texture specified in order to even out and blend in satin finishes produced by other means. C. Provide non -etching chemical cleaning by immersing the aluminum in an inhibited chemical solution, as recommended by the coating applicator, to remove all lard oil, fats, mineral grease and other contamination detrimental to providing specified finishes. 1. Clean and rinse with water between steps as recommended by the aluminum manufacturer. D. Exposed Aluminum Anodic Coating: Provide anodic coatings as specified, which do not depend on dyes, organic or inorganic pigments, or impregnation processes to obtain color. Apply coatings using only the alloy, temperature, current density and acid electrolytes to obtain specified colors in compliance with the designation system and requirements of the Aluminum Association and AMP 501 of AMP/NAAMM. Comply with the following: 1. Provide Architectural Class I high density anodic treatment by immersing the components in a tank containing a solution of 15 percent sulfuric acid at 70°F with 12 amperes per square foot of direct current for minimum of sixty minutes; Aluminum Association Designation A41. 2. Physical Properties: a. Anodic Coating Thickness, ASTM B 244: Minimum of 0.7 mils thick. b. Anodic Coating Weight, ASTM B 137: Minimum of 32 mg/sq. in. c. Resistance to Staining, ASTM B 136: No stain after five minutes dye solution exposure. 3. Seal finished anodized coatings using deionized boiling water to seal the pores and prevent further absorption. 4. Product and Manufacturer: Provide one of the following: a. Alumilite 215 Clear by Aluminum Company of America, Incorporated. b. Aluminum Association Designation A41 by Southern Aluminum Finishing 3.00 EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine the substrate and conditions under which the aluminum handrails and railings systems Work is to be performed and notify ENGINEER, in writing, of unsatisfactory tolerances which exceed specified limits and other conditions detrimental to proper and timely completion of the Work. Do not proceed with installation until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Verify to ENGINEER gage of aluminum pipe railing posts and rails brought to the site by actual measurement of on -site material in the presence of ENGINEER. 3.02 INSTALLATION Aluminum Handrails and Railings FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 055220-11 2. Fit exposed connections accurately together to form tight hairline joints. Do not cut or abrade the surfaces of units, which have been finished after fabrication, and are intended for field connections. 3. Permanent field splice connections shall be made using manufacturer's recommended epoxy adhesive and 5-inch minimum length connector sleeves. Tight press -fit all field splice connectors and install in accordance with manufacturer's written instructions. Follow epoxy manufacturer's recommendations for requirements of installation and conditions of use. 4. Make all splices as near as possible to posts but not exceeding 12-inches from nearest post. 5. Field welding will not be permitted. Make all splices using a pipe splice lock employing a single Allen screw to lock joint. 6. Provide hinged railings sections as shown on the Drawings. Provide hinges and latch for connection to adjacent railing. 7. Provide chain sections as shown on the Drawings. Provide one chain length with fastening accessories for top and each intermediate rail. 8. Secure handrails to walls with wall brackets and end fittings as shown on the Drawings. Locate brackets as shown on the Drawings or, if not shown on the Drawings, at not more than 5 feet-0 inches on centers. 9. Provide flush -type wail return fittings with the same projection as that shown for wall brackets. Drill wall plate portion of the bracket to receive one bolt, unless otherwise shown on the Drawings. 10. Secure wall brackets to building construction as follows: a. For concrete and solid masonry anchorage, use anchor bolt expansion shields and lag bolts. b. For hollow masonry anchorage, use toggle bolts having square heads. 11. Securely fasten toeboards in place with not more than 1/4-inch clearance above floor level. 12. Drill one 1/4-inch diameter weep hole not more than 1/4-inch above the top of location of solid reinforcing bar in each post. D. Expansion Joints: 1. Provide slip joint with internal sleeve extending 2-inches minimum beyond joint on each side. 2. Construct expansion joints as for field splices, except fasten internal sleeve securely to one side of rail only. 3. Locate joints within 6-inches of posts. 4. Submit locations and details of all expansion joints to ENGINEER. E. Protection from Dissimilar Materials: Aluminum Handrails and Railings FM/11104 — Village Creek WRF Deep Filters 1-20 Mods. 055220-13 05 53 20 ALUMINUM GRATING AND CHECKER PLATE 1.00 GENERAL 1.01 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified and required to furnish aluminum grating, frames and checker plate. 2. The types of grating required shall be the following: a. Aluminum swage locked !-bar grating. 3. The Work also includes: a. Providing openings in grating to accommodate the Work under this and other Sections and attaching to the grating all items such as sleeves, bands, studs, fasteners and all items required for which provision is not specifically included under other Sections. B. Coordination: 1. Review installation procedures under other Sections and coordinate the Work that must be installed with or attached to the grating or checker plate. C. Related Sections: 1. Section 03 30 00, Cast -In -Place Concrete. 2. Section 05 50 10, Miscellaneous Metal Fabrications. 3. Section 09 96 00.01, High Performance Coatings. 1.02 QUALITY ASSURANCE A. Reference Standards: Comply with applicable provisions and recommendations of the following, except as otherwise shown or specified. 1. ASTM B 209, Specification for Aluminum and Aluminum - Alloy Sheet and Plate. 2. ASTM B 210, Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes. 3. ASTM B 221, Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 4. NAAMM, Metal Finishes Manual, and Metal Bar Grating Manual. 5. Aluminum Association Standards. B. Field Measurements: 1. Take field measurements prior to preparation of Shop Drawings and fabrication, where required, to ensure proper fitting of the Work. 1.03 SUBMITTALS Aluminum Grating and Checker Plate 05 53 20. 1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 2.03 FABRICATION A. Use materials of the minimum size and thickness as specified above unless otherwise shown on the Drawings, Work to the dimensions shown on approved Shop Drawings. B. Grating shall be as shown on the Drawings and shall comply with the NAAMM "Metal Bar Grating Manual", except as specified herein. 1. Cross Bars: Manufacturer's standards to suit project requirements. 2. Traffic Surface: Plain. C. Type of Finish: Clear anodized with a minimum coating of 0.0008-inch in accordance with Aluminum Association Standard A41. D. Provide grating sections with end -banding bars welded about 4-inches on centers for each panel, four saddle clip or flange block anchors designed to fit two bearing bars, and four stainless steel stud or machine bolts with washers and nuts, unless otherwise shown on the Drawings. E. Cut gratings for penetrations as indicated. Layout units to allow grating removal without disturbing items penetrating grating. 1. For openings in grating separated by more than four bearing bars, provide banding of same material and size as bearing bars, unless otherwise shown on the Drawings. Weld band to each bearing bar. 2. Field notching of bearing bars at supports to maintain elevations will not be permitted. Grating manufacturer shall coordinate bearing bar depths as indicated in the drawings to accommodate special connection conditions. 3. Provide additional opening framing as indicated in the Drawings. F. Weld stainless steel stud bolts to receive saddle clip or flange block anchors to supporting steel members. Drill for machine bolts when supports are aluminum. G. Provide gratings in concrete with 316 stainless steel angle frames having mitered corners and welded joints, Grind exposed joints smooth. Frames shall have welded anchors set into concrete. Angle size shall match grating depth selected to assure flush fit. H. Provide gratings attached to existing concrete, masonry or steel with 316 stainless steel bearing angles fastened with anchors as shown on the Drawings or otherwise approved by ENGINEER. 1. Gratings in concrete floors specified to be removable or hinged shall be arranged in sizes to be readily lifted. 2.04 CHECKERED PLATES A. Provide removable checkered plates in the locations and sizes shown on the Drawings or where directed by the OWNER. Also, provide perforated plates where shown on the Drawings. B. Each checkered plate shall be provided with four lifting handles as recommended by the manufacturer. The lifting handles shall be of the recessed, drop handle type unless indicated otherwise. Maximum weight of checkered plate shall be 150 pounds. Aluminum Grating and Checker Plate 05 53 20 - 3 FTW17.104 — Village Creek WRF Deep Filters 1-20 Mods. 07 16 10 MODIFIED CEMENT WATERPROOFING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Cementitious waterproofing at interior surfaces at locations listed below and shown on the contract drawings: a. Pipe Gallery B. Related Sections include the following: 1. Section 03 30 00, Cast -In -Place Concrete. 2. Section 07 90 00, Joint Sealants. 1.03 SUBMITTALS A. Product Data: For each type of product specified. B. Shop Drawings: Show locations and details of waterproofing preparation and application. Show expansion joint details and waterproofing application at obstructions and penetrations. 1.04 QUALITY ASSURANCE A. Applicator Qualifications: An experienced applicator who has completed modified cement waterproofing similar in material, design, and extent to that indicated for this Project and whose work has resulted in application with a record of successful in-service performance. 1.05 JOB CONDITIONS A. Proceed with waterproofing work only after pipe sleeves, vents, curbs, inserts, drains, and other projections through the substrate. to be waterproofed have been completed. Proceed only after concrete and masonry substrate defects, including honeycombs, voids, and cracks, have been repaired to provide a sound substrate free of forming materials, including reveal inserts. B. Ambient Conditions: Proceed with waterproofing work only if temperature is maintained at 40 deg F or above during work and cure period and space is well ventilated and kept free of water. 1.06 WARRANTY A. Special Warranty: Written warranty, signed by Applicator and countersigned by Contractor agreeing to repair or replace waterproofing that does not comply with requirements or that fails to perform as required, and to maintain watertight conditions within specified warranty Modified Cement Waterproofing 07 16 10 - 1 FTW11104 —Village Creek WRF Deep Bed Filters 1-20 Mods. A. Protect other work from fallout or overspray from modified cement waterproofing during application. Provide temporary enclosure to confine spraying operation, to prevent polluting the air, and to ensure adequate ambient temperatures and ventilation conditions for application. B. Stop active water leaks according to waterproofing manufacturer's written instructions. C. Schedule cleaning and surface preparation so dust and other contaminants from the cleaning and preparation process will not fall on wet, newly coated surfaces. D. Surface Preparation of Concrete: Comply with waterproofing manufacturer's written instructions and requirements indicated below to ensure that waterproofing bonds to concrete surfaces. Clean concrete surfaces according to ASTM D 4258 by using one or a combination of procedures as needed to effectively remove efflorescence, chalk, dust, dirt, mortar spatter, grease, oils, curing compounds, and form -release agents. 1. Prepare smooth -formed and trowel -finished concrete by mechanical abrading or abrasive -blast cleaning according to ASTM D 4259. 2. Concrete Joints: Clean reveals according to waterproofing manufacturer's written instructions. 3.03 APPLICATION A. General: Comply with waterproofing manufacturer's written instructions, unless more stringent requirements are indicated. B. Mix waterproofing components according to waterproofing manufacturer's written instructions. C. Protect all adjacent surfaces. Dampen wall surface with water before applying waterproofing. D. Apply waterproofing to interior, below -grade walls according to waterproofing manufacturer's written instructions. E. Apply waterproofing coating evenly and fill voids and pores of substrate with waterproofing slurry. Keep tools clean and free from build-up. F. Apply the number of coats at the rates recommended by the manufacturer for each coat. After allowing previous coat to cure, dampen the wall before applying additional coats. G. Mist -cure waterproofing for two to three days immediately after application as recommended by the manufacturer. H. Wet -cure waterproofing when temperatures are above 85 deg F, relative humidity is below 30 percent, wind speed exceeds 15 mph, or waterproofing is exposed to direct sunlight for 72 hours after placement. I. Provide a minimum 80 mil. application except where a thicker application is required for the surface profiles being treated or where required by the coating manufacturer. 3.04 PROTECTION A, Protect applied modified cement waterproofing from rapid drying, severe weather exposure, and water accumulation. Maintain completed Work in moist condition for not Modified Cement Waterproofing FTW11104 — Village Creek WRF Deep Bed Filters 1-20 Mods. 071610-3 07 90 00 JOINT SEALANTS 1.00 GENERAL 1.01 SUMMARY A. This specification describes the sealing of joints with a one -component, gun -grade, elastomeric polyurethane sealant. B. RELATED SECTIONS 1. Section 03 30 00, Cast -In -Place Concrete. 1.02 QUALITY ASSURANCE A. Manufacturing qualifications: The manufacturer of the specified product shall be ISO 9001/9002 certified and have in existence a recognized ongoing quality assurance program independently audited on a regular basis. B. Contractor qualifications: Contractor shall be qualified in the field of concrete repair and protection with a successful track record of 5 years or more. Contractor shall maintain qualified personnel who have received product training by a manufacturer's representative. C. Install materials in accordance with all safety and weather conditions required by manufacturer or as modified by applicable rules and regulations of local, state and federal authorities having jurisdiction. Consult Material Safety Data Sheets for complete handling recommendations. 1.03 DELIVERY, STORAGE, AND HANDLING A. All materials must be delivered in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. Damaged material must be removed from the site immediately. B. Store all materials off the ground and protect from rain, freezing or excessive heat until ready for use. C. Condition the specified product as recommended by the manufacturer. 1.04 JOB CONDITIONS A. Environmental Conditions: Do not apply material if it is raining or snowing or if such conditions appear to be imminent. Minimum application temperature 40 degrees F (5 degrees C) and rising. B. Protection: Precautions should be taken to avoid damage to any surface near the work zone due to mixing and handling of the specified coating. 1.05 SUBMITTALS A. Submit two copies of manufacturer's literature, to include: Product Data Sheets, and appropriate Material Safety Data Sheets (MSDS). 1.06 WARRANTY Joint Sealants 07 90 00 -1 FTW11104 — Village Creek WRF Deep Bed Filters 1-20 Mods. b. Aluminum: 20 lb. min. — 0% adhesion Toss c. Glass: 20 Ib. min. -.0% adhesion loss 5. Service Range: -40° to 170°F 6. The sealant shall conform to Federal Specification T1--S-00230C, Type II, Class A. 7. The sealant must comply with ANSI Standard 61 (NSF Approval) for use in contact with potable water. 8. The sealant shall be non -staining. Note: Tests were performed with material and curing conditions at 71-75°F and 45-55% relative humidity. 3.00 EXECUTION 3.01 SURFACE PREPARATION A. The joint and adjacent substrate must be clean, dry, sound,and free of surface contaminants. Remove all traces of old sealant, dust, laitance, grease, oils, curing compounds, form -release agents, and foreign particles by mechanical means, i.e. — sandblasting, etc., as approved by the Engineer. Blow joint free of dust using oil -free compressed air. 3.02 MIXING AND APPLICATION A. Joints: 1. Placement Procedure: Prime substrate as required based upon the recommendations of the manufacturer of the specified product, when field testing indicates need, and when the joints will be subject to immersion after cure, as approved by the Engineer. 2. Install approved backer rod or bond -breaker tape in all joints subject to thermal movement to prevent three -sided adhesion, and to set depth of the sealant at a maximum of %Z inch, measured at the center point of the joint width. Approval of the backer rod of bond -breaker tape shall be made by the Engineer. 3. Joints shall be masked to prevent discoloration or application on unwanted areas, as directed by the Engineer. If masking tape is used, it shall be removed before tooling, yet must be removed before initial cure of the sealant. Do not apply the masking tape until just prior to the sealant application. 4. Install sealant into the prepared joints when the joint is at mid -point of its expansion and contraction cycle. Place the nozzle of the gun, either hand, air, or electric -powered, into the bottom of the joint and fill entire joint. Keep the tip of the nozzle in the sealant; continue with a steady flow of sealant preceding the nozzle to avoid air entrapment. Avoid overlapping the sealant to eliminate the entrapment of air. Tool as required to properly fill the joint. 5. Adhere to all limitations and cautions for the polyurethane sealant as stated in the manufacturer's printed literature. 3.03 CLEANING Joint Sealants FTW11104 — Village Creek WRF Deep Bed Filters 1-20 Mods. 07 90 00 - 3 09 51 13 ACOUSTICAL PANEL CEILINGS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes acoustical panels and exposed suspension systems for ceilings. 1.03 ACTION SUBMITTALS A. Product Data: For each type of product. 1.04 INFORMATIONAL SUBMITTALS A. Coordination Drawings: Reflected ceiling plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved: 1. Suspended ceiling components. 2. Structural members to which suspension systems will be attached. 3. Size and location of initial access modules for acoustical panels. 4. Items penetrating finished ceiling including the following: a. Lighting fixtures. b. Air outlets and inlets. c. Speakers. d. Sprinklers. e. Access panels. S. Perimeter moldings. 1.05 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Acoustical Ceiling Panels: Full-size panels equal to 10% percent of quantity installed. 2. Suspension -System Components: Quantity of each exposed component equal to 10% percent of quantity installed. 3. Hold -Down Clips: Equal to 10% percent of quantity installed. 1.06 QUALITY ASSURANCE Acoustical Panel Ceilings 09 5113 -1 FTW1110 — Village Creek WRF Deep Bed Media Filter Mods. 1. Type and Form: Type III, mineral base with painted finish; Form 2, water felted. 2. Pattern: D - Fissured F. Color: White G. LR: Not less than 0.75. H. NRC: Not less than 0.55. I. CAC: Not less than 35. J. AC: Not less than 170. K. Edge/Joint Detail: Square. L. Thickness: 5/8 inch (15 mm). M. Modular Size: 24 by 48 inches (610 by 1220 mm). N. Broad Spectrum Antimicrobial Fungicide and Bactericide Treatment: Provide acoustical panels treated with manufacturer's standard antimicrobial formulation that inhibits fungus, mold, mildew, and gram -positive and gram -negative bacteria and showing no mold, mildew, or bacterial growth when tested according to ASTM D3273 and evaluated according to ASTM D3274 or ASTM G21. 2.02 METAL SUSPENSION SYSTEMS, GENERAL A. Metal Suspension -System Standard: Provide manufacturer's standard direct -hung metal suspension systems of types, structural classifications, and finishes indicated that comply with applicable requirements in ASTM C 635M. B. Attachment Devices: Size for five times the design load indicated in ASTM C 635M, Table 1, "Direct Flung," unless otherwise indicated. Comply with seismic design requirements. a. Corrosion Protection: Carbon -steel components zinc plated to comply with ASTM B633, Class Fe/Zn 5 (0.005 mm) for Class SC 1 service condition. C. Wire Hangers, Braces, and Ties: Provide wires complying with the following requirements: 1. Zinc -Coated, Carbon -Steel Wire: ASTM A6641M, Class 1 zinc coating, soft temper. 2. Size: Select wire diameter so its stress at three times hanger design load (ASTM C6635M, Table 1, "Direct Hung") will be less than yield stress of wire, but provide not less than 0.106-inch (2.69-mm) diameter wire. D. Hold -Down Clips: Where indicated, provide manufacturer's standard hold-down clips spaced 24 inches (610 mm) o.c. on all cross tees. 2.03 METAL SUSPENSION SYSTEM A. Basis -of -Design Product: 1. Armstrong World Industries, Inc. 2. CertainTeed Corp. 3. Chicago Metallic Corporation. 4. USG Interiors, inc.; Subsidiary of USG Corporation. Acoustical Panel Ceilings 09 51 13 - 3 FTW1114 — Village Creek WRF Deep Bed Media Filter Mods. 2.07 INSTALLATION A. General: Install acoustical panel ceilings to comply with ASTM C 636M and seismic design requirements indicated, according to manufacturer's written instructions and CISCA's "Ceiling Systems Handbook." 8. Suspend ceiling hangers from building's structural members and as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structure or of ceiling suspension system. 2. Splay hangers only where required to miss obstructions; offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 3. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with location of hangers at spacings required to support standard suspension -system members, install supplemental suspension members and hangers in form of trapezes or equivalent devices. 4. Secure wire hangers to ceiling -suspension members and to supports above with a minimum of three tight turns. Connect hangers directly either to structures or to inserts, eye screws, or other devices that are secure and appropriate for substrate and that will not deteriorate or otherwise fail due to age, corrosion, or elevated temperatures. 5. When steel framing does not permit installation of hanger wires at spacing required, install carrying channels or other supplemental support for attachment of hanger wires. 6. Do not attach hangers to steel deck tabs. 7. Do not attach hangers to steel roof deck. Attach hangers to structural members. 8. Space hangers not more than 48 inches (1200 mm) o.c. along each member supported directly from hangers unless otherwise indicated; provide hangers not more than 8 inches (200 mm) from ends of each member. 9. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced standards and publications. C. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area and where necessary to conceal edges of acoustical panels. 1. Screw attach moldings to substrate at intervals not more than 16 inches (400 mm) o.c. and not more than 3 inches (75 mm) from ends, leveling with ceiling suspension system to a tolerance of 1/8 inch in 12 feet (3.2 mm in 3.6 m). Miter corners accurately and connect securely. D. Install suspension -system runners so they are square and securely interlocked with one another. Remove and replace dented, bent, or kinked members. E. Install acoustical panels with undamaged edges and fit accurately into suspension -system runners and edge moldings. Scribe and cut panels at borders and penetrations to provide a neat, precise fit. 1. For square -edged panels, install panels with edges fully hidden from view by flanges of suspension -system runners and moldings. Acoustical Panel Ceilings FTW1110 - Village Creek WRF Deep Bed Media Filter Mods. 095113-5 09 96 00.01 HIGH-PERFORMANCE COATINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to apply protective coatings to material and equipment as specified herein, including the preparation of surfaces prior to application of coatings. B. Protective coatings are special coatings to be used at specific locations or on specific surfaces as indicated herein. C. Protective coatings shall be applied to the following surfaces: 1. New metal surfaces located outside of buildings and other structures anywhere on the Project Site. 2. New structural steel. 3. New piping, including: a. Service Water Pump Station Area b. Backwash Water Pump Station Area c. Waste Wash Water Pump Station Area d. Locations identified in the Filter Complex Pipe Gallery 4. For concrete surfaces not covered by this specification section, refer to Section 03 30 00 "Cast -In -Place Concrete." 5. Refer to Section 09 97 15 "Pipeline Coatings and Linings" for additional details on specialty coatings for specific piping. D. Special applications for painting include the following: 1. Aluminum surfaces in contact with dissimilar materials shall be protected from corrosion by providing 2 coats of 4.0 mils each of an Epoxy-Polyamide (Type D) coating. Surface preparation and sealer shall be as required by coating manufacturer. 2. Buried pipe and valves shall receive a shop applied protective coating as described in the appropriate section of the Specifications. E. Contain, treat, and dispose of any dust, spray, drainage, or spillage resulting from coating operations. It shall be the Contractor's responsibility to determine if the materials to be disposed of are classified as Hazardous Waste. Disposed of waste, hazardous or otherwise, shall be in accordance with applicable regulations. The Contractor shall be aware of and understand the regulations concerning disposal of waste generated by coating operations. High -Performance Coatings 09 96 00.01-1 FIW11104—Village Creek WRF Deep Filters 1-20 Mods. F. Testing Reports: Submit an inspection report for each coating applied on the Project. The testing report shall be completed on a form furnished by the Engineer and shall bear the signature of the Contractor and the Owner's Representative. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 "Submittal Procedures" and shall include: 1. Manufacturer's product data sheet for each paint type, including surface preparation requirements, recommended spreading rates, application procedures, recommended primers, and other instructions. 2. Color charts of each paint type. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: ANSI American National Standards Institute, 25 West 43rd Street, New York, NY. 10036 NACE National Association of Corrosion Engineers, 1440 South Creek Drive, Houston, TX. 77084-4906 OSHA Occupational Safety and Health Administration, U.S., Department of Labor, 200 Constitution Avenue, NW, Washington DC 20210 SSPC The Society for Protective Coatings, 40 24th Street, 6th Floor, Pittsburgh, PA. 15222-4656 B. In the event of a conflict between the published standards, codes, and this specification, the more stringent requirement shall govern. 1.05 DELIVERY AND STORAGE A. Deliver coating products to the Site in original unopened containers, with manufacturer's label and batch number attached. Do not apply products until the Owner's field representative has approved the product for use. B. Use one location at each Site for the storage of coating products. Protect the floor from spills and other damage. Protect the products from extreme heat or cold. Keep containers covered. Keep the storage rooms clean of trash and debris. Dispose of oily or used rags daily. Under no circumstances shall they be allowed to accumulate. Take precautions to prevent fires. The storage of flammable liquids shall comply with the City, State, or other fire codes. 1.06 JOB CONDITIONS A. It is desired that the paint products be furnished by as few manufacturers as possible to meet the requirements of the Specifications. Coating products of the same type shall be supplied by the same manufacturer. Do not mix products from different sources. Apply finish coats in the field. The Owner shall select colors. High -Performance Coatings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 099500.01-3 I. Working Conditions: 1. Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination shall be of sufficient intensity to achieve good results. Provide explosion -proof lighting when required. 2. Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. 1.07 GUARANTEES A. Protective coating shall be guaranteed for a period of 1 year 2 years from the date of the Owner's acceptance of the Project. b. A warranty inspection shall be conducted in the eleventh month following completion of painting and coatings. Any defective Work discovered at this date shall be corrected by the Contractor in accordance with the Specifications at no additional cost to the Owner. Other /1 corrective measures may be required during the --year 2 year warranty period. /3 2.00 PRODUCTS 2.01 MATERIALS A. Materials shall be the manufacturer's top of line quality products, as listed herein. Products used on this Project shall be as indicated below. Primers and finish coats shall be manufactured by the same manufacturer. Coatings shall be from the same batch. Products shall be as follows: X e - - Afkycf-Phenolic Universal Primer Tnemec Series 1 Purple Prime Sherwin-Williams Kem Kromik Universal International Paint, LLC lnterlac 573 ICI Devoe Devguard 4165 Carboline Rustbond SHB Ameron Amercoat 185HS T e YPB ` Epoxy Pom lyaide Primer .,_ ter.,. ,. .. .: Tnemec Series 66 Sherwin-Williams Copoxy Primer International Paint, LLC Intergard 251; Intergard 269 for valves and gates, submerged structural steel and misc. metals, and submerged piping ICI Devoe Debran 201 Carboline 893 Ameron Amerlock 400/2 High -Performance Coatings FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods. 099600.01-5 Sherwin-Williams Hi -Solids Polyurethane International Paint, LLC Interthane 870HS ICI Devoe Devthane 359 Carboline 133HB Ameron Amercoat 450H 'F T e H -` � Yp -, Aii hatic Poi urethanetiEnatnei n � .., WAY Tnemec Series 1074 Endura-Shield II Sherwin-Williams Hi -Solids Polyurethane International Paint, LLC Interthane 990H5 ICI Devoe Devthane 379UVA Carboline 134HS Ameron Amercoat 450H Type h ` -,, Modified Acrylic Coatings rr Tnemec Series 29 Tuferyl Sherwin-Williams DTM Acrylic ICI Devoe Devflex 4206 Ameron Amercoat 220 Carboline 3359 International Paint, LLC Intercryl 520 iacone Aluminum Coatings nperatu` Tnemec Series 39 Silicon Aluminum Sherwin-Williams Silver Brite Aluminum B59S8 International Paint, LLC Intertherm 50 ICI Devoe Devoe HT-12 Ameron Amercoat 878 Carboline 4674 oncrete'; oath Tnemec Series 64H-413 Hi -Build Tneme-Tar Sherwin-Williams Tar Guard Epoxy International Paint, LLC Interzone 954 ICI Devoe Devtar 247 High -Performance Coatings iTW11104 Village Creek WRF Deep Filters 1-20 Mods. 099600.01-7 may be damaged by the cleaning process or by the introduction of grit or dust. Replace any oils or lubricants that are contaminated by the cleaning process. 2. Type SP1A: Equipment that contains mechanical parts that would be damaged by field cleaning may be factory -blasted to a "Near White" condition by abrasive blasting before the equipment is assembled. Apply a single coat of primer that is compatible with the next coat to the surface and allow to thoroughly cure before assembly or shipping. This type of surface preparation may only be performed on the sensitive components. All other components will be prepared in accordance with Type SP1 Near White Blasting. 3. Type SP2 Commercial Blast Cleaning: Thoroughly clean metal surfaces of mill scale, rust, and other foreign matter by abrasive blasting to gray metal in accordance with SSPC SP6 "Commercial Blast Cleaning." Perform abrasive blasting after erection, unless otherwise approved by the Engineer. 4. Type SP3 Concrete Surfaces: Thoroughly cure concrete surfaces prior to application of coatings. Allow a minimum of 30 days curing time to elapse before coatings are applied. Concrete surfaces which are scheduled to receive coatings shall be dry and shall be prepared by light abrasive blasting in accordance with SSPC SP7 "Brush Blast Cleaning." Blasting shall be sufficient to remove dirt, dust, efflorescence, oil, grease, stains, and other foreign matter and shall provide adequate surface roughening for good adhesion. 5. Type SP4 Shop Preparation of Metal Surfaces: Exterior metal surfaces, except those specified for field preparation, may be shop cleaned by blasting to a gray metal finish in accordance with SSPC SP 6 "Commercial Blast Cleaning", as described above. The blasted surface shall be primed immediately as scheduled. 6. Type SP5 Field Preparation of Shop Primed Surfaces: Slag and weld metal accumulations and splatters not removed by the fabricator shall be removed in the field by chipping or grinding. Sharp edges shall be peened, ground or otherwise blunted. Areas adjacent to welds or any area where shop primer has been damaged shall be thoroughly cleaned in accordance with SSPC SP2 "Hand Tool Cleaning" preparation and reprimed. In order to prevent injury to surrounding painted surfaces, blast cleaning may require the use of a lower air pressure, a shorter blast distance to the surface, and shielding and masking. If damage is too extensive or uneconomical to touch up, the entire item shall be recleaned and coated in accordance with the provisions of these Specifications. Welds and irregular surfaces shall receive a field coat of the specified primer prior to the application of the first field coat. 3.02 APPLICATION A. Surface preparation and application of coatings shall be in accordance with applicable standards of the Society for Protective Coatings (SSPC) and the manufacturer's recommendations. Do not apply the prime coat until the Owner's field representative is notified and approval is obtained for the surface preparation. Coating shall be applied by skilled workmen and shall be brushed out or sprayed evenly, without runs, crazing, sags, or other blemishes. Apply coating by brush or spray as noted in the Specifications. B. Apply the first coat to the surface, including cutting in around edges, before the second coat is applied. The second coat and any successive coats shall not to be applied before notifying the Owner's field representative and obtaining approval. Each coat shall be tested before the successive coat is applied. Nigh -Performance Coatings 09 95 00.01- 9 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 3.04 FIELD QUALITY CONTROL A. Field Tests: Make wet film tests during painting operations to assure proper thicknesses of coating are being applied. After each coat has been applied, test the paint film thickness with a nondestructive, magnetic type thickness gauge. The total dry -film thickness for each coat shall not be less than 75 percent of the amount specified. If the thickness is less than 75 percent, apply additional coats until the total specified thickness is obtained. The total thickness after the final coat has been applied shall be 100 percent of the thickness specified, minimum. Apply additional coats until the specified thickness is reached or exceeded. B. Holiday Testing: Test the entire surface of coated submerged metal structures with a holiday detector. For thickness between 10 and 20 mils (250 to 500 microns) a non-sudsing type wetting agent, as recommended by the holiday detector manufacturer shall be added to the water prior to wetting the detector sponge, Mark and repair pinholes in accordance with the manufacturer's printed instructions, then retest pinholes. No pinholes or other irregularities shall be permitted in the final coats. Areas containing holidays shall receive additional coats until tests indicate no holidays. 3.05 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from painting operation from the Site. Remove drop cloths, masking tapes and other protective coverings. Remove paint spills, splatters, overlap of paint from adjacent material and other defects. Spot paint nicks and other defects. B. Remove paint containers and waste products. Thoroughly dean paint storage rooms, removing spilled paint from walls and floors. 3.06 SCHEDULES A. Protective coatings shall be applied in accordance with the following paint schedule: High -Performance Coatings 09 96 00.01-11 FiW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 96 00.01-13 w u. 0 0 0 2 0 0 CU Et- o. 0 w - b • 5-4 L. • r-1 h!3 2 09 97 13 PIPELINE COATINGS AND LININGS 1.01 GENERAL 1.02 WORK RESULTS A. This section covers the work necessary to apply polyurethane coating, interior epoxy -lining, interior cement mortar lining on steel pipe, field coating of joints, and field repair of coating damage, complete. B. Exposed and above ground steel pipe will be coated as specified in Section 09 96 00.01, HIGH- PERFORMANCE COATINGS, unless specifically specified otherwise. 1.03 SUBMITTAL REQUIREMENTS A. Contractor submittals shall be made in accordance with Section 0133 00, SUBMITTALS, of these Specifications. B. Shop Drawings: Catalog cuts and other information for all products proposed. Provide copy of approved coating system submittals to the coating applicator. C. Quality Control Submittals: Furnish the following: 1. Applicator's Experience with list of references substantiating compliance. 2. Coating manufacturer's certification stating the applicator meets or exceeds their coating application requirements and recommendations. 3. Coating manufacturer shall provide a copy of the manufacturer's coating application quality assurance manual. 4. If the manufacturer of field -applied coating differs from that of the shop applied primer, provide written confirmation from both manufacturers' that the two coating materials are compatible. 1.04 QUALITY ASSURANCE A. Coating Applicator's Experience and Certification: 1. Coating Application Company and coating application supervisor (Certified Applicator) shall have a minimum of 5 years experience applying the specified coating system. Coating application personnel, whom have direct coating application responsibility, shall have a minimum of 2 years practical experience in application of the indicated coating system. 2. Coating applicator shall be certified by the coating manufacturer as an approved applicator. B. Coating and/or lining manufacturer technical representative shall be present for a minimum of three days technical assistance and instruction at the start of coating and/or lining operations within the shop. During this visit, the technical representative shall observe surface preparation and coating application and conduct tests of the coating to insure conformance with application instructions, recommended methods, and conditions. Pipeline coatings and Linings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-1 ASTM D522 Standard Test Methods for Mandrel Bend Test of Attached Organic Coatings ASTM D570 Standard Test Method for Water Absorption of Plastics ASTM D2240 Standard Test Method for Rubber Property — Durometer Hardness ASTM D4060 Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser ASTM D4541 ASTM E96 Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers Standard Test Methods for Water Vapor Transmission of Materials ASTM 614 Standard Test Method for Impact Resistance of Pipeline Coatings (Falling Weight Test) ASTM G95 Standard Test Method for Cathodic Disbondment Test of Pipeline Coatings (Attached Cell Method) AWWA C205 Cement -Mortar Protective Lining and Coating for Steel Water Pipe-4-inch and Larger- Shop Applied. AWWA C209 Cold Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. AWWA C210 Liquid -Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. AWWA C216 Heat -shrinkable Cross -linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings for Steel Water Pipelines. AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipe and Fittings NACE RP-0274 High Voltage Electrical Inspection of Pipeline Coatings SSPC-SP-1 Solvent Cleaning SSPC-SP-2 Hand Tool Cleaning SSPC-SP-3 Power Tool Cleaning SSPC-SP-5 White Metal Blast Cleaning Pipeline Coatings and Linings FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-3 2. Pipe that is atmospherically exposed shall be shop primed as specified herein and in Section 09 96 00.01, HIGH-PERFORMANCE COATINGS. 3. Buried dielectrically coated pipe and fittings passing through a structure wall or floor shall be coated for a minimum of two -inches beyond the interior wall or floor surface. B. Plural Component Polyurethane: 1. General: Plural component, polyurethane coating system (referred to as a polyurethane system) shall be applied in accordance with AWWA C222, and as modified herein. 2. Shop Surface Preparation: a. Steel pipe: SSPC-SP5, White Metal blast, 3.00 mil profile, minimum, or as required by the manufacturer, whichever is greater using standardized testing procedures. 3. Shop Applied Coating Requirements: a. Self -priming, plural component, 100 percent solids, non -extended polyurethane, suitable for burial or immersion. b. One coat, 35 mils total dry film thickness, minimum, or as required to meet the holiday and coating defects limits specified in this section. c. Shall be one of the following products, subject to review and acceptance of submitted product performance reports: 1) Protec II, Futura Coatings, Hazelwood, Missouri; 2) Chemtane 2265, Chemline, Inc, St. Louis, Missouri 3) Or Engineer approved equal. d. Acceptance of submitted product is contingent upon: 1) Submission of an independent testing report conducted within three years prior to bid opening documenting conformance to the coating performance criteria specified herein. 2) Verification that no significant change in product formulation has occurred through comparison of current product Part A and B formulation with infrared spectrometry analysis of test product for the laboratory test report. 4. Laboratory Coating Testing and Report: a. General 1) Coating manufacturer shall submit to the Engineer for approval, test reports indicating conformance to the specified performance criteria using prepared samples as defined using coating materials conforming to the following general requirements: 2) Polyurethane coating material tested shall have been manufactured within 30 days of test sample preparation. 3) Coating material to have a minimum of three years prior pipeline coating application history. 4) Extended polyurethane coatings will not be acceptable. 5) Submission of incomplete reports, use of test procedures or methods other than those specified, or preparation of samples with a coating material other than those listed will result in rejection of the coating. 6) Reports shall be submitted for review and approval not less than 30 days prior to coating application along with current product data sheets and MSDS sheets for parts A and B. 7) New product formula tests shall be accompanied with Part A and B wet samples for infrared spectrometry analysis. Wet samples shall be from the lot and batch tested Pipeline Coatings and Linings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-5 8) Abrasion (ASTM D4060) a) Criteria: 85 mg loss, maximum b) Conditions: CS-17 wheel, 1,000 grams weight, 1,000 revolutions 9) Tensile Strength (ASTM D412) a) Criteria: 4,000 psi, minimum 10) Hardness, Shore D (ASTM D2240) a) Criteria: 70, Shore D, minimum 11) Flexibility (ASTM D522) a) Criteria: Pass (no cracking) b) Mandrel Diameter: 3 inch, 180 degrees g. Reporting 1) As required by the ASTM test method, and the following additional information: a) Sample panel preparation date and identification b) Surface preparation method and abrasive c) Surface Preparation profile and peak count d) Coating lot and date of manufacture e) Application spray gun and equipment used f) Application temperatures of coating materials and material temperature at the gun, ambient temperature, and panel surface temperature 2) Include all periodic test data and/or observations for all tested samples and show all multiple measurements in both table and graph. 3) Show all calculations as required by the ASTM test method. 4) Include digital photographic documentation of all visual assessments, test apparatus, and final panel condition using 4 mega pixels minimum resolution. 5) Submit reports in both PDF and color printed format with photographs in JEPG format on CD. C. Exterior Coating for Exposed and Above Ground Steel Pipe 1. All atmospherically exposed or vault piping shall be shop primed with the coating system as specified in Section 09 96 00.01, MISCELLANEOUS HIGH PERFORMANCE COATINGS. 2.03 INTERIOR SHOP -APPLIED LININGS A. Cement Mortar Lining for Steel Pipe: 1. Clean and cement mortar line steel pipe and fittings in accordance with AWWA C205. 2. Cement: Conform to ASTM C150, Type II. 3. Shop applied cement mortar lining shall be uniform in thickness over the full length of the pipe joint. 4. Aggregate shalt be silica sand or other aggregate that is not subject to leaching. Conform to ASTM C33. 5. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable matter, and other impurities. S. Liquid Applied Epoxy Coating for Cement Mortar Lined Pipe at Insulating Joints for Steel Pipe: 1. Provide liquid epoxy primer and lining in all cement mortar lined metallic pipe at insulating joints for a minimum of two pipe diameters on each side of the insulated joint. 2. Epoxy coatings shall be NSF approved coatings suitable for potable water contact in accordance with ANSI/NSF Standards 60 and 61. Pipeline Coatings and Linings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-7 B. Field joint coating shall be compatible with the shop -applied coating system and provided by the same manufacturer or a manufacturer approved by the pipe coating manufacturer. C. All joints on pipe 24-inches in diameter or greater shall be coated with a heat shrink coating material. D. Field joint coating materials shall be as follows or an approved equal. 1. Heat Shrink Sleeves: a. Filler Material: 1) Provide filler material for all push -on, flange, and coupling type joints and at all changes in outside diameter greater than 1/8-inch. 2) Filler material shall adhere to the pipe and heat shrink sleeve. Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. 3) Filler mastic for joints subject to weld after backfitl shall exceed 500 degrees F melt point temperature. 4) Filler material shall be applied in a manner and of sufficient thickness that no tenting or voids remain under the heat shrink sleeve. b. Joint Coating: 1) Heat shrink, cross -linked polyolefin wrap or sleeve with a mastic sealant, 85-mils nominal thickness, suitable for pipeline operating temperature, as recommended by the manufacturer. 2) Provide standard recovery sleeve for welded or bell and spigot steel pipe joints. High recovery sleeves shall be provided for flange joints and coupling style joints. 3) Width of heat shrink sleeves shall be sufficient to overlap existing coating 2-inches minimum. 4) Consideration sleeve shrinkage during installation and joint profile in determining sleeve width required. Overlapping of two or more heat shrink sleeves to achieve the necessary width on pipe joints will not be permitted without Engineer approval. 5) Sleeve shall meet requirements for "Weld After Backfill" when allowed and approved by Engineer. c. Holdback Primer: As specified in this section d. Manufacturer's: Canusa, Raychem -Covalence, or equal. 2. Wax Tape Coating: a. Apply coating in accordance with AWWA C217, except as modified herein. b. Wax tape coatings shall be field applied on all buried flexible joints, thrust restraint rods and brackets, and on joints, fittings, or irregular shapes or complex configurations that are not suited for the use of heat shrink coating system. c. Do not use wax tape coating systems on vault piping, atmospherically exposed piping and appurtenances, or where subject to UV exposures. d. Provide filler material to fill and smooth all irregular surfaces, such that no tenting or voids remain under the applied wax tape. e. Use sand backfill to protect wax coating from damage. f. Coating System: 1) Surface Preparation: SP11 Power Tool to Bare Metal. 2) Primer: petroleum or petrolatum wax 3) Filler Material: Filled petroleum or petrolatum wax Pipeline Coatings and Linings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 9713-9 c. CRP patch as manufactured by Canusa, PERP patch as manufactured by Raychem (Polyken), or equal. C. Polyurethane Coating 1. Polyurethane coating system repair shall be in accordance with the coating manufacturer's recommended procedures. 2. Coating material for minor repairs shall be single use kits or other mix ratio controlled packages of slow set polyurethane coating material similar to the existing coating 3. Major repairs will be completed using the coating material specified for the coating or the lining. Coating shall be reapplied using plural component spray equipment by a manufacturer certified coating applicator. D. Exposed Pipe Coating System 1. Touch-up repair all damage to the primer and/or intermediate coats with the specified coating system prior to final coating of the pipeline in accordance with Section 09 96 00.01, HIGH-PERFORMANCE COATINGS. 3.00 EXECUTION 3.01 ENVIRONMENTAL LIMITATIONS A. General 1. Products shall comply with federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposure. 2. Comply with applicable federal, state, and local, air pollution and environmental control regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, and coating application. 3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, whenever surface temperature is less than 5 degrees above the dew point of the ambient air. 4. Do not apply coatings when: a. Surface and ambient temperatures exceeds the maximum or minimum temperatures recommended by the coating manufacturer or these specifications, b. In dust or smoke -laden atmosphere, blowing dust or debris, damp or humid weather, or under conditions that could cause icing on the metal surface. c. For epoxy coatings or linings when it is expected that surface temperatures would drop below 5 degrees above dew point within 4 hours after application of coating. d. Whenever relative humidity exceeds 85 percent for polyurethane coating application. 5. Where weather conditions or project requirements dictate, Contractor shall provide and operate heaters and/or dehumidification equipment to allow pipe surfaces to be abrasive blasted and coated as specified and in accordance with the manufacturers coating application recommendations. 6. Work activities can be restricted by the Engineer until adequate temperature and humidity controls are in place and functioning within the environmental limits specified. 7. Coating applicator shall provide a monitoring system approved by the coating manufacturer that constantly records pipe and coating conditions during coating application. Recorded Pipeline Coatings and Linings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-11 4. Protect prepared pipe from humidity, moisture, and rain. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting. 5. Priming and coating of pipe shall be completed the same day as surface preparation. B. Weld Surface Preparation 1. Requirements: a. Spray applied coating systems do not require weld grinding. C. Steel Surface Preparation 1. Surface preparation of steel pipe shall be in accordance with SSPC surface preparation standards utilizing the degree of cleanliness specified for the coating system to be applied or as specified herein, whichever is more stringent. 2. Grit and/or shot abrasive mixture and gradation shall be as required to achieve the degree of cleanliness and coating adhesion specified. 3. Pipe cleaned by abrasive blasting with recyclable steel grit and/or shot or other abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 4. Polyurethane coating system shall have a sharp angular surface profile of the minimum depth specified. 5. Work shall be performed in a manner that does not permit the cleaned metal surface to rust back or flash rust. 5. Rust back or flash rust shall be fully removed with the steel surface cleanliness equal to the metal surface cleanliness prior to rust back or flash rusting. Determination of the equivalent surface cleanliness shall be at the Engineer's sole discretion. 3.03 SHOP -APPLIED COATING SYSTEMS A. Polyurethane Coating or Lining 1. Applicator Qualifications: a. Equipment will be certified by the coating manufacturer to meet the requirements for material mixing, temperature control, application rate, and ratio control for multi -part coatings. b. Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the Engineer. c. Personnel responsible for the application of the coating system shall have certification of attendance at the coating manufacturer's training class within the last three years. The certified applicator shall be present during all coating application work and shall have responsibility for controlling all aspects of the coating application. 2. Pipe surface temperature shall be between 50 and 100 degrees F or 5 degrees F above dew point, whichever is greater. 3. Coating application shall be performed in an environmentally controlled shop area that meets or exceeds the written environmental application requirements of the coating manufacturer. Application in outdoor conditions will not be acceptable without adequate environmental shelter, environmental controls, and/or dehumidification. 4. Coating adhesion and holiday testing shall be tested as specified in this section. 5. Coating manufacturer shall provide to the Engineer a copy of the manufacturer's coating application quality assurance manual prior to beginning coating application. Strict Pipeline Coatings and Linings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-13 4, Application and thickness of holding primer shall be in accordance with the coating manufacturer's recommendations, but shall not impair the clearances required for proper joint installation. 5. Primer application on spigot end of field welded pipe shall be held back 1 to 2 inches from the end of the spigot or as necessary to prevent toxic fumes during field welding. 6. Any corrosion within the holdback areas shall be abrasively blasted to near white metal in accordance with SSPC-SP10 or power tool cleaned to bare metal in accordance with SSPC- SP11 prior to applying joint coating. 3.05 PIPE LINING APPLICATION A. Shop -applied Cement Mortar Lining: 1. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform thickness. Finish to a smooth dense surface. 2. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2-inch by 4-inch No. 13-gage welded steel wire mesh. 3. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform thickness. Finish to a smooth dense surface. 4. Steel plate specials larger than 16 inches in diameter shall have lining reinforced with 2-inch by 4-inch No. 13-gage welded steel wire mesh. 5. Brace and support pipe during lining application to minimize pipe distortion or vibration. Bracing and supports shall not damage the pipe, coating, or lining. 6. Tightly close ends of pipe and fittings with plastic sheet caps. Plastic end caps shall be of sufficient thickness and strength to resist shipping, handling, and storage stresses. 7. Damage to the cement mortar lining, including disbondment, cracking, or blistering, caused by improper curing, shipping, handling, or installation shall be repaired in accordance with AWWA specifications and to the satisfaction of the Engineer. $. Other requirements of mortar lining materials and processes: As specified in AWWA.C205. B. Liquid Epoxy Lining of Cement Mortar Line Pipe at Insulating Joints: 1. Clean and coat the interior of cement mortar lined pipe at insulating joints or where specified with two coats of epoxy coating. 2. Epoxy coating applied at insulating joints shall be applied to both sides of the insulating joint for a minimum of one pipe diameter. If only one side of the joint can be coated the coating shall be applied for a minimum of two pipe diameters. 3. Mortar lining shall be allowed to cure 15 days or steam cured not less than 7 days prior to surface preparation of the mortar and epoxy coating application. Hand applied mortar lining shall be allowed to cure a minimum of 15 days or as required to meet the coating manufacturer's requirements for application on cement or concrete, whichever is greater. 4. Prepared mortar lining by abrasive blasting to remove all laitance and create a suitable anchor profile Pipeline Coatings and Linings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-15 demonstrating the welding procedures can comply with the requirements of this specification. b. Welding speed, amperage, and voltage shall be as required to maintain a maximum heat input of 23,000 joules or a maximum surface temperature at the coating/steel interface of 800 degrees F, whichever is least. c. Maximum weld temperature and duration shall not result in carbonization of the joint coating adhesive. Carbonization is defined as the Toss of volatile organic compounds that result in loss of tackiness, adhesion to the steel, and corrosion protection properties. d. Finished joint coating shall not have any visual creases or folds in the joint coating backing material that extends through both the inner protective layer and outer joint sleeve. 4. If Contractor elects to post -weld any joints, Contractor shall demonstrate that the joint welding procedures will not significantly damage the coating by fully excavating the first two joints for evaluation of the joint coating condition. Engineer will randomly select up to three additional post -welded joints for excavation by Contractor for evaluation of joint coating condition. Joint coating will be destructively evaluated by the Engineer. Contractor will remove and replace joint heat shrink sleeve upon completion of the evaluation. 5. In the event that any excavated post welded joint exhibits any heat related damage as defined herein, Contractor shall modify and test a new post welding procedure prior to completing any additional post -welded joints. Contractor shall demonstrate that the revised joint welding procedure will not significantly damage the coating by repeating the weld after backfill evaluation requirements defined in this Section, including excavation of the three additional randomly selected joints for destructive evaluation. C. Heat Shrink Sleeve Joint Coating: 1. Store, handle, and apply field heat shrink sleeve coatings in accordance with AWWA C216 and these specifications. 2. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60 and 100 degrees as recommended by the sleeve manufacturer. 3. Metal surface shall be free of all dirt, dust, and surface corrosion prior to sleeve application. Surface preparation shall be in accordance with the joint coating manufacturer's recommendations. 4. Where corrosion in the holdback area is visible, surfaces shall be prepared in accordance with SSPC-SP10, near white metal blast, or SSPC-SP11, power tool cleaning to bare metal. 5. Preheat pipe uniformly as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. 6. Fill all cracks, crevices, gaps, and step-downs greater than % inch with filler mastic in accordance with the manufacturer's recommendations for the full circumference of the pipe. 7. Apply heat shrink sleeve when it is at a minimum temperature of 60 degrees and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer's instructions and center the sleeve over the joint to provide a minimum 2-inch overlap onto the existing pipe coating. Pipeline Coatings and Linings FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-17 a) Slow setting parent material polyurethane coating material in syringes or other single use packaging that controls mix ratio. b) Coating Manufacturer's polyurethane coating repair products subject to Engineer approval. 3) Field Repair Materials: a) Melt stick coating repair (not acceptable for repairs greater than 1-inch diameter); ScotchCoat P206, Canusa Melt Stick, or approved equal. b) Heat applied coating materials; CRP Patch, Canusa; PERP Patch, Tyco Adhesives, or approved equal. c) Coating Manufacturer's polyurethane coating repair products subject to Engineer approval. 4) Apply a single coat of the specified patch coating material at the specified coating thickness. 5) Repaired adhesion shall be 50 percent of the specified coating adhesion. 3. Major Repairs: a. Major repairs shall not exceed two per pipe joint and the combined area shall not be greater than 50 percent of the pipe. b. Major repairs: 1) Surface Preparation: a) The metal surface and surrounding coating shall be abrasively blasted in accordance with SSPC-SP10, near white metal, or to equal in cleanliness and profile as the original surface preparation. b) Existing coating shall be feathered and roughened to the equivalent of 40 grit sandpaper. 2) Shop Repair Materials: a) Same material as the pipeline coating or lining and shall be applied by using plural component spray equipment. 3) Field Repair Materials: a) Same material as the pipeline coating or lining and shall be applied by using plural component spray equipment. b) Heat shrink sleeves as specified for pipeline joints. c. One coat of the specified original coating material shall be applied over the repaired surface at the specified thickness. d. Repair adhesion shall be equal to the specified coating adhesion. 3.08 INSPECTION AND TESTING A. General 1. Applicator shall inspect and test the coating system in accordance with referenced standards and these specifications, whichever is more stringent. 2. The frequency of the testing shall be determined by the applicator, but shall not be Less than the requirements of this specification. 3. Owner or Owner's Representative will conduct random independent inspections and tests for the final acceptance or rejection of pipe coating or lining. B. Adhesion Testing Pipeline Coatings and Linings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 9713-19 is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. b. Test Procedures (1) Polyurethane coating adhesion to steel substrates shall be tested using self - aligning pneumatic pull off equipment, such as the Delfesko Positest, and test procedures in accordance with ASTM D4541 and AWWA C222, except as modified in this section. (2) All adhesion test pull records shall be maintained in an electronic spreadsheet that includes pipe identification, pipe coating date, adhesion test date, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, rate of pressure change per second, mode of failure, and percentage of substrate failure relative of dolly surface. (3) Dollies for adhesion testing shall be 20 millimeters in diameter, and glued to the coating surface and allowed to cure for a minimum of 12 hours before testing. (4) Polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. Scoring shall be completed manually, normal to the pipe surface, or in a manner that does not stress or over heat the coating. (5) Adhesion testing shall be performed at temperatures between 55 and 100 degrees F. Tests may be performed at temperatures up to 115 degrees F if no significant affect in the test results are statistically detectable. (6) Partial substrate and glue failures will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. Pipes that have partial substrate failures greater than 50 percent and Tess than the specified adhesion will be rejected as a substrate adhesion failure. (7) Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. (8) if multiple adhesion pulls on the same pipe are performed, adhesion pulls shall be performed in a circumferential direction with all pulls in a straight line and within an area 1.5-inch in width and spacing between dollies between 1 and 2 inches. (9) Adhesion tests will be conducted on polyurethane pipe coating and lining independently and will be accepted or rejected independently of the other. c. Adhesion Test Repairs (1) Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. B. Holiday Testing 1. Holiday tests on polyurethane coatings or linings will be conducted on the completed coating or lining after cure or 24-hours, whichever is less, using a high voltage spark test in accordance with NACE Standard RP-0274 and these specifications. 2. Coating thickness used for holiday testing shall be the minimum specified coating thickness. C. Dry Film Thickness Testing Pipeline Coatings and Linings FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-21 3.10 End Caps: Pipe ends of mortar lined pipe and fittings shall be tightly closed with a plastic wrap to aid in curing and to minimize drying out of and contamination of the lining. Plastic end cap shall consist of a minimum of one 10-mil sheet of polyethylene or other suitable material. End caps shall be substantial enough to resist shipment, handling, and storage loads and firmly attached in place. The plastic end cap shall remain intact and in place until pipe installation. Damaged or missing plastic end caps shall be repaired or replaced. J. Bracing: 1. The steel pipe manufacturer shall furnish and install adequate bracing or strutting to keep the pipe from becoming deformed or damage from occurring to the coating or linings. Strut -type bracing shall be installed as soon as possible after application of lining. Struts shall remain in place during handling, storage, transportation, and installation of pipe and fittings until after the pipe zone material is compacted. 2. The struts shall be installed with pads and wedges in such a manner that the pipe lining will not be damaged and the struts will not be dislodged during shipping and handling of the pipe. If struts are welded, they shall be installed and removed in such a manner to prevent damage to the steel cylinder, lining, or coatings. All damage shall be repaired to the satisfaction of the Engineer. SCHEDULE ,LOCATION . _.. Y ,.. , LINING — -:- Backwash Pump Piping Mortar END OF SECTION n Pipeline Coatings and Linings FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods. 09 97 13-23 22 10 00.01 MISCELLANEOUS PIPING AND APPURTENANCES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install miscellaneous piping, fittings, and appurtenances. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop Drawings. 2. Record Data. 2.00 PRODUCTS 2.01 PIPE COUPLINGS A. Dresser style pipe couplings where shown on the Plans shall be Dresser Industries or approved equal, for same pressure rating as adjoining pipe. Couplings shall comprise a steel center band, steel gland rings, gaskets, and bolts. Provide thrust harness in accordance with AWWA Manual M11 where shown on the Plans. B. Victaulic style couplings shall be in accordance with AWWA C606. Pipe shall have shouldered or collared ends for positive thrust anchorage. C. Split -sleeve mechanical couplings shall consist of housing, gasket assembly, bolts and nuts, and end rings as required for restraint. Couplings shall be Depend-O-Lok as manufactured by Brico Industries, Inc., or an approved equal. Coupling housing shall be manufactured from ASTM A36 Carbon Steel. Couplings installed underground shall receive a Bitumastic coating. D. Where Victaulic couplings or restrained Dresser type couplings are shown on the Drawings for water service pipes, split -sleeve "F by F" type couplings will be allowed, provided the split -sleeve coupling is suitable for the pressures and thrust requirements, and fits in the space available for coupling. Where unrestrained Dresser couplings are shown, split -sleeve "F by E" type couplings will be allowed. 2.02 EXPANSION JOINTS A. Except where otherwise indicated or specified, expansion joints shall be single arch spool type with control unit. Expansion joints shall be fabricated of synthetic elastomers and fabric with metallic reinforcement. Joints shall be provided with split steel retaining rings. Flanges and retaining rings shall be drilled to match standard 125-pound ANSI B16.1. B. Where stainless steel high temperature expansion joints are shown on the Drawings for air service, stainless steel split -sleeve "F by E" type couplings will be allowed, provided the coupling meets the pressure, temperature and axial tolerance requirements of the expansion joints specified in Section 43 11 17 "Multi -Stage Centrifugal Blower." Miscellaneous Piping and Appurtenances 2210 00.01-1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 22 14 29.16 SUBMERSIBLE SUMP PUMP 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install submersible sump pumps. Provide a sump pump capable of fitting in the size sump shown. Any structural modifications required at the structure shall be made at no additional cost to the Owner. The pump and motor shall have a standard manufacturer's nameplate securely affixed in a conspicuous place showing the serial number, model number, manufacturer, ratings, and other pertinent nameplate data. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: The intent of these Specifications is to purchase a quality product of the manufacturer's latest design, meeting the minimum standards set forth. Proposed equipment shall have not less than 3 years of satisfactory service. 1. Acceptable manufacturers shall be one of the following: a. ITT b. Aurora c. Meyers d. Little Giant e. Hydromatic f. Pumpex g. Barnes B. Manufacturer's Representative for Startup and Testing: The services of the Manufacturer's technical representative shall be provided for pre -startup installation checks, startup assistance, training of Owner's operating personnel, troubleshooting and other services as required in Section 0175 00 "Starting and Adjusting." 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 "Submittal Procedures" and shall include: 1. Shop Drawings. 2. Operation and Maintenance Manuals. The Equipment Manufacturer shall submit a list of 10 similar installations which have been in satisfactory operation for at least 3 years. 1.04 DELIVERY AND STORAGE A. Store equipment with protection from the weather, excessive humidity and temperature, dirt, dust and other contaminants and in compliance with the manufacturer's instructions. B. Spare parts shall be packed and shipped in containers bearing labels clearly designating contents and pieces of equipment for which it is intended. Submersible Sump Pump FTW11104 — Village Creek WRF Deep Filters 1-2R Mods. 221429.16-1 23 00 00 BASIC MECHANICAL MATERIALS AND METHODS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Piping materials and installation instructions common to most piping systems. 2. Mechanical sleeve seals. 3. Sleeves. 4. Mechanical demolition. 5. Equipment installation requirements common to equipment sections. 6. Painting and finishing. 7. Supports and anchorages. 8. HVAC coil protective coatings. 1.03 DEFINITIONS A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct shafts, unheated spaces immediately below roof, spaces above ceil- ings, unexcavated spaces, crawlspaces, and tunnels. B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occu- pied spaces and mechanical equipment rooms. C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations. D. Concealed, Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and in duct shafts. E. Concealed, Exterior Installations: Concealed from view and protected from weather condi- tions and physical contact by building occupants but subject to outdoor ambient tempera- tures. Examples include installations within unheated shelters. F. The following are industry abbreviations for plastic materials: 1. ABS: Acrylonitrile-butadiene-styrene plastic. Basic Mechanical Materials and Methods 23 00 00 - 1 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. A. In other Part 2 articles where subparagraph titles below introduce lists, the following re- quirements apply for product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by the manufacturers specified. 2.02 PIPE, TUBE, AND FITTINGS A. Refer to individual Division 23 piping Sections for pipe, tube, and fitting materials and join- ing methods. B. Pipe Threads: ASME B1.20.1 for factory -threaded pipe and pipe fittings. 2.03 JOINING MATERIALS A. Refer to individual Division 23 piping Sections for special joining materials not listed below. 8. Solder Filler Metals: ASTM B 32, Iead-free alloys. Include water-flushable flux according to ASTM B 813. C. Brazing Filter Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general -duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. D. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer. 2.04 MECHANICAL SLEEVE SEALS A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve. 1. Manufacturers: a. Advance Products & Systems, Inc, b. Calpico, Inc. c. Metraflex Co. d. Pipeline Seal and Insulator, Inc. 2. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe. 3. Pressure Plates: Stainless steel. Include two for each sealing element. 4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element. 2.05 SLEEVES Basic Mechanical Materials and Methods 23 00 00 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. K. Install sleeves for pipes passing through concrete and masonry walls, gypsum -board parti- tions, and concrete floor and roof slabs. 1. Cut sleeves to length for mounting flush with both surfaces. 2. Install sleeves that are large enough to provide 1/4-inch (6.4-mm) annular clear space between sleeve and pipe or pipe insulation. Use the following sleeve materials: a. Stainless Steel Pipe Sleeves: For pipes smaller than NPS 6 (DN 150). b. Stainless Steel Sheet Sleeves: For pipes NPS 6 (DN 150) and larger, penetrating gyp- sum -board partitions. 3. Except for underground wall penetrations, seal annular space between sleeve and pipe or pipe insulation, using joint sealants appropriate for size, depth, and location of joint. L. Aboveground, Exterior -Wall Pipe Penetrations: Seal penetrations using sleeves and me- chanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space be- tween pipe and sleeve for installing mechanical sleeve seals. a. Install stainless steel pipe for sleeves smaller than 6 inches (150 mm) in diameter. b. Install stainless stell "wall pipes" for sleeves 6 inches (150 mm) and larger in diame- ter. c. Mechanical Sleeve Seal Installation: Select type and number of sealing elements re- quired for pipe material and size. Position pipe in center of sleeve. Assemble me- chanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make wa- tertight seal. M. Verify final equipment locations for roughing -in. N. Refer to equipment specifications in other Sections of these Specifications for roughing -in requirements. 3.03 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and Division 23 Sections speci- fying piping systems. B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before as- sembly. D. Soldered Joints: Apply ASTM B 813, water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," us- ing lead-free solder alloy complying with ASTM B 32. E. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper -phosphorus brazing filler metal complying with AWS A5.8. Basic Mechanical Materials and Methods 23 00 00 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 23 05 29 HANGERS AND SUPPORTS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes hangers and supports for mechanical system piping and equipment. 1. Steel pipe hangers and supports. 2. Equipment supports. 1.03 DEFINITIONS A. MSS: Manufacturers Standardization Society for the Valve and Fittings Industry. B. Terminology: As defined in MSS SP-90, "Guidelines on Terminology for Pipe Hangers and Supports," 2.00 PRODUCTS 2.01 MANUFACTURERS 1. Pipe Hangers: a. AAA Technology and Specialties Co., Inc. b. B-Line Systems, Inc. c, Carpenter & Patterson, Inc. d. Empire Tool & Manufacturing Co., Inc. e. Globe Pipe Hanger Products, Inc. f. Grinnell Corp. g. GS Metals Corp. h. Michigan HangerCo., Inc. Hangers and Supports 23 05 29 - 1 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. 4. Pipe Hangers (MSS Type 5): For suspension of pipes, NPS 1/2 to NPS 4 (DN15 to DN100), to allow off -center closure for hanger installation before pipe erection. 5. Adjustable Swivel Split- or Solid -Ring Hangers (MSS Type 6): For suspension of noninsu- lated stationary pipes, NPS 3/4 to NPS 8 (DN20 to DN200). 6. Adjustable Steel Band Hangers (MSS Type 7): For suspension of noninsulated stationary pipes, NPS 1/2 to NPS 8 (DN15 to DN200). 7. Adjustable Band Hangers (MSS Type 9): For suspension of noninsulated stationary pipes, NPS 1/2 to NPS 8 (DN15 to DN200). 8. Adjustable Swivel -Ring Band Hangers (MSS Type 10): For suspension of noninsulated stationary pipes, NPS 1/2 to NPS 2 (DN15 to DN50). 9. Split Pipe -Ring with or without Turnbuckle -Adjustment Hangers (MSS Type 11): For sus- pension of noninsulated stationary pipes, NPS 3/8 to NPS 8 (DN10 to DN200). 10. Extension Hinged or Two -Bolt Split Pipe Clamps (MSS Type 12): For suspension of non - insulated stationary pipes, NPS 3/8 to NPS 3 (DN10 to DN80). 11. Clips (MSS Type 26): For support of insulated pipes not subject to expansion or contrac- tion. D. Vertical -Piping Clamps: Unless otherwise indicated and except as specified in piping system Specification Sections, install the following types: 1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers, NPS 3/4 to NPS 20 (DN20 to DNS00). 2. Carbon- or Alloy -steel Riser Clamps (MSS Type 42): For support of pipe risers, NPS 3/4 to NPS 20 (DN20 to DN500), if longer ends are required for riser clamps. E. Hanger -Rod Attachments: Unless otherwise indicated and except as specified in piping sys- tem Specification Sections, install the following types: 1. Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches (150 mm) for heavy loads. F. Building Attachments: Unless otherwise indicated and except as specified in piping system Specification Sections, install the following types: 1. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to suspend pipe hangers from concrete ceiling. 2. Top -Beam C-Clamps (MSS Type 19): For use under roof installations with bar -joist con- struction to attach to top flange of structural shape. Hangers and Supports 23 05 29 - 3 FTW11104--Village Creek WRF Deep Filters 1-20 Mods. joints, and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to forms and install reinforcing bars through openings at top of in- serts. C. Install hangers and supports complete with necessary inserts, bolts, rods, nuts, washers, and other accessories. D. Install hangers and supports to allow controlled thermal and seismic movement of piping systems, to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends, and similar units. E. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment. F. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and so maximum pipe deflections allowed by ASME B31.9, "Building Services Piping," is not exceeded. G. Insulated Piping: Comply with the following: 1. Attach clamps and spacers to piping. a. Piping Operating above Ambient Air Temperature: Clamp may project through insu- lation. b. Piping Operating below Ambient Air Temperature: Use thermal -hanger shield insert with clamp sized to match OD of insert. c. Do not exceed pipe stress limits according to ASME B31.9. 2, Install MSS SP-58, Type 39 protection saddles, if insulation without vapor barrier is indi- cated. Fill interior voids with insulation that matches adjoining insulation. 3. Install MSS SP-58, Type 40 protective shields on cold piping with vapor barrier. Shields shall span arc of 180 degrees. 4. Insert Material: Length at least as long as protective shield. 3.03 EQUIPMENT SUPPORTS A. Fabricate structural -steel stands to suspend equipment from structure above or to support equipment above floor. 3.04 METAL FABRICATION A. Cut, drill, and fit miscellaneous metal fabrications for heavy-duty steel trapezes and equip- ment supports. Hangers and Supports 23 05 29 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 23 05 53 MECHANICAL IDENTIFICATION 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following mechanical identification materials and their installation: 1. Equipment nameplates. 2. Equipment markers. 3. Equipment signs. 4. Access panel and door markers. 5. Pipe markers. 6. Duct markers. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. 1.04 QUALITY ASSURANCE A. ASME Compliance: Comply with ASME A13.1, "Scheme for the Identification of Piping Sys- tems," for letter size, length of color field, colors, and viewing angles of identification devic- es for piping. 1.05 COORDINATION A. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. B. Coordinate installation of identifying devices with location of access panels and doors. C. Install identifying devices before installing acoustical ceilings and similar concealment. 2.00 PRODUCTS Mechanical identification 23 05 53 -1 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. D. Access Panel and Door Markers: 1/16-inch- (1.6-mm-) thick, engraved laminated plastic, with abbreviated terms and numbers corresponding to identification. Provide 1/8-inch (3.2- mm) center hole for attachment. 1. Fasteners: Self -tapping, stainless -steel screws or contact -type, permanent adhesive. 2.02 PIPING IDENTIFICATION DEVICES A. Manufactured Pipe Markers, General: Preprinted, color -coded, with lettering indicating ser- vice, and showing direction of flow. 1. Colors: Comply with ASME A13.1, unless otherwise indicated. 2. Lettering: Use piping system terms indicated and abbreviate only as necessary for each application length. 3. Pipes with OD, Including Insulation, Less Than 6 Inches (150 mm): Full -band pipe mark- ers extending 360 degrees around pipe at each location. 4. Pipes with OD, Including Insulation, 6 Inches (150 mm) and Larger: Either full -band or strip -type pipe markers at least three times letter height and of length required for la- bel. 5. Arrows: Integral with piping system service lettering to accommodate both directions; or as separate unit on each pipe marker to indicate direction of flow. 2.03 DUCT IDENTIFICATION DEVICES A. Duct Markers: Engraved, color -coded laminated plastic. Include direction and quantity of airflow and duct service (such as supply, return, and exhaust). Include contact -type, perma- nent adhesive. 3.00 EXECUTION 3.01 APPLICATIONS, GENERAL A. Products specified are for applications referenced in other Division 23 Sections. If more than single -type material, device, or label is specified for listed applications, selection is In- staller's option. 3.02 EQUIPMENT IDENTIFICATION A. install and permanently fasten equipment nameplates on each major item of mechanical equipment that does not have nameplate or has nameplate that is damaged or located where not easily visible. locate nameplates where accessible and visible. Mechanical Identification 23 05 53 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. A. Comply with all applicable TCEQ requirements for piping identification. B. Install manufactured pipe markers indicating service on each piping system. Install with flow indication arrows showing direction of flow. 1. Pipes with OD, Including Insulation, Less Than 6 Inches (150 mrn): Pretensioned pipe markers. Use size to ensure a tight fit. 2. Pipes with OD, Including Insulation, 6 Inches (150 mm) and Larger: Shaped pipe mark- ers. Use size to match pipe and secure with fasteners. C. Locate pipe markers and color bands where piping is exposed in finished spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and plenums; and exterior nonconcealed locations as follows: 1. Near each branch connection, excluding short takeoffs for fixtures and terminal units. Where flow pattern is not obvious, mark each pipe at branch. 2. Near penetrations through walls, floors, ceilings, and nonaccessible enclosures. 3. At access doors, manholes, and similar access points that permit view of concealed pip- ing. 4. Near major equipment items and other points of origination and termination. 5. Spaced at maximum intervals of 50 feet (15 m) along each run. Reduce intervals to 25 feet (7.6 m) in areas of congested piping and equipment. 6. On piping above removable acoustical ceilings. Omit intermediately spaced markers. 3.04 DUCT IDENTIFICATION A. Install duct markers with permanent adhesive on air ducts in the following color codes: 1. Green: For cold -air supply ducts. 2. Yellow: For hot-air supply ducts. 3. Blue: For exhaust-, outside-, relief-, return-, and mixed -air ducts. 4. ASME A13.1 Colors and Designs: For hazardous material exhaust. 5. Letter Size: Minimum 1/4 inch (6.4 mm) for name of units if viewing distance is less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches (1830 mm), and proportionately larger lettering for greater viewing distances. Include sec- ondary lettering two-thirds to three -fourths the size of principal lettering. Mechanical Identification 23 05 53 - 5 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 23 05 63 HVAC PROTECTIVE COATINGS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. HVAC coil protective coatings. 2. HVAC equipment protective coatings. 1.03 SUBMITTAL A. Product Data: Coating material information data sheets and description of application pro- cess. B. Maintenance Data: Provide a maintenance touchup kit to allow repair of damaged areas by Owner for use in the following year after warranty period has ended with sufficient materi- als for the entire year. A complete description of coating maintenance and repair require- ments will be included in maintenance manuals and Owner training specified in Division 1. 1.04 QUALITY ASSURANCE A. The coating and application process shall be certified as passing a 3,000 hour salt spray test using ASTM B117.85 conditions. B. Coating applicator shall furnish written documentation of the applicator, coating applied and application process. C. Provide documentation showing the applicator as certified by the coating product manufac- turer or that the application process will occur at the coating manufacturer's facilities. 1.05 WARRANTY A. Manufacturer's warranty shall cover re -application of coated surfaces for which the original coating failed to maintain protection during the warranty period. 1. Warranty Period: Manufacturer's standard, but not less than 3-years after date of sub- stantial completion. HVAC Protective Coatings 23 05 63 - 1 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 3.00 EXECUTION 3,01 HVAC PROTECTIVE COATINGS A. Coat air conditioning equipment components with anti -corrosion coating to include: 1. All metallic interior and exterior components prone to corrosion, to include, but not be limited to: a. Equipment cabinets and frames. b. HVAC condenser coils (frame, headers, tubes and fins). c. HVAC evaporator coils (frame, headers, tubes and fins). 3.02 COATING APPLICATOR A. Coatings shall be applied by the coating manufacturer or his authorized representative. Field applied coatings will not be acceptable unless specified on project drawings. Coating applicator shall be fully responsible for the integrity of coatings applied to assembled equipment. Accordingly, the contractor or OEM shall transport the HVAC equipment to be coated to the company performing this specialized application. Coating applicator shall be responsible for disassembly and re -assembly of the final corrosion protected equipment un- less otherwise approved by the Engineer. 3.03 COATING APPLICATION A. Coatings shall be applied in accordance with the coating manufacturer's instructions. Coat- ing process shall be by total immersion dipping. Coated items shall be air dried or heat dried following each immersion with method of drying in accordance with the coating manufac- turer's instructions. Completed coating shall show no loss of adhesion, no evidence of cracking, crazing, flaking or bridging. Coating applied to heat transfer surfaces shall have thermal conductance which lowers the total capacity of the HVAC equipment to no less than +99% of total capacity with bare metal heat transfer coil fins and tubes. END OF SECTION HVAC Protective Coatings 23 05 63 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 23 05 93 TESTING, ADJUSTING, AND BALANCING 1.00 GENERAL 1.01 SUMMARY A. This Section includes TAB to produce design objectives for the following: 1. Air Systems: a. Constant -volume air systems. 2. HVAC equipment quantitative -performance settings. 3. Reporting results of activities and procedures specified in this Section. 1.02 SUBMITTALS A. Strategies and Procedures Plan: Within 30 days from Contractor's Notice to Proceed, submit 4 copies of TAB strategies and step-by-step procedures as specified in Part 3 "Preparation" Article. Include a complete set of report forms intended for use on this Project. B. Certified TAB Reports: Submit two copies of reports prepared, as specified in this Section, on approved forms certified by TAB firm. C. Warranties specified in this Section. 1.03 QUALITY ASSURANCE A. TAB Firm Qualifications: Engage a TAB firm certified by either AABC or NEBB. B. Certification of TAB Reports: Certify TAB field data reports. This certification includes the following: 1. Review field data reports to validate accuracy of data and to prepare certified TAB re- ports. 2. Certify that TAB team complied with approved TAB plan and the procedures specified and referenced in this Specification. C. TAB Report Forms: Use standard forms from AABC's "National Standards for Testing and Balancing Heating, Ventilating, and Air Conditioning Systems" or NEBB's "Procedural Stand- ards for Testing, Adjusting, and Balancing of Environmental Systems," as applicable. 1.04 PROJECT CONDITIONS Testing, Adjusting, and Balancing FTW11104 --- Village Creek WRF Deep Filters 1-20 Mods. 230593-1 1. Verify that balancing devices, such as test ports, gage cocks, thermometer wells, flow - control devices, balancing valves and fittings, and manual volume dampers, are required by the Contract Documents. Verify that quantities and locations of these balancing de- vices are accessible and appropriate for effective balancing and for efficient system and equipment operation. B. Examine approved submittal data of HVAC systems and equipment. C. Examine Project Record Documents described in Division 1. D. Examine design data, including HVAC system descriptions, statements of design assump- tions for environmental conditions and systems' output, and statements of philosophies and assumptions about HVAC system and equipment controls. E. Examine equipment performance data including fan and pump curves. Relate performance data to Project conditions and requirements, including system effects that can create unde- sired or unpredicted conditions that cause reduced capacities in all or part of a system. Cal- culate system effect factors to reduce performance ratings of HVAC equipment when in- stalled under conditions different from those presented when the equipment was perfor- mance tested at the factory. To calculate system effects for air systems, use tables and charts found in AMCA 201, "Fans and Systems," Sections 7 through 10; or in SMACNA's "HVAC Systems --Duct Design," Sections 5 and 6. Compare this data with the design data and installed conditions. F. Examine system and equipment installations to verify that they are complete and that test- ing, cleaning, adjusting, and commissioning specified in individual Sections have been per- formed. G. Examine system and equipment test reports. H. Examine HVAC system and equipment installations to verify that indicated balancing devic- es, such as test ports, gage cocks, thermometer wells, flow -control devices, balancing valves and fittings, and manual volume dampers, are properly installed, and that their locations are accessible and appropriate for effective balancing and for efficient system and equipment operation. 1. Examine systems for functional deficiencies that cannot be corrected by adjusting and bal- ancing. J. Examine HVAC equipment to ensure that clean filters have been installed, bearings are greased, belts are aligned and tight, and equipment with functioning controls is ready for operation. K. Examine heat -transfer coils for correct piping connections and for clean and straight fins. L. Examine equipment for installation and for properly operating safety interlocks and con- trols. M. Examine automatic temperature system components to verify the following: Testing, Adjusting, and Balancing 23 q5 93 - 3 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 7. Windows and doors can be closed so indicated conditions for system operations can be met. 3.03 GENERAL PROCEDURES FOR TESTING AND BALANCING A. Perform testing and balancing procedures on each system according to the procedures con- tained in AABC's "National Standards for Testing and Balancing Heating, Ventilating, and Air Conditioning Systems" or NEBB's "Procedural Standards for Testing, Adjusting, and Balanc- ing of Environmental Systems," as applicable, and this Section. B. Cut insulation, ducts, pipes, and equipment cabinets for installation of test probes to the minimum extent necessary to allow adequate performance of procedures. After testing and balancing, close probe holes and patch insulation with new materials identical to those re- moved. Restore vapor barrier and finish according to insulation Specifications for this Pro- ject. C. Mark equipment and balancing device settings with paint or other suitable, permanent identification material, including damper -control positions, valve position indicators, fan - speed -control levers, and similar controls and devices, to show final settings. 3.04 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes. B. Prepare schematic diagrams of systems' "as -built" duct layouts. C. Determine the best locations in main and branch ducts for accurate duct airflow measure- ments. D. Check airflow patterns from the outside -air louvers and dampers and the return- and ex- haust -air dampers, through the supply -fan discharge and mixing dampers. E. Locate start -stop and disconnect switches, electrical interlocks, and motor starters. F. Verify that motor starters are equipped with properly sized thermal protection. G. Check dampers for proper position to achieve desired airflow path. H. Check for airflow blockages. I. Check condensate drains for proper connections and functioning. J. Check for proper sealing of air -handling unit components. K. Check for proper sealing of air duct system. Testing, Adjusting, and Balancing 23 05 93 - 5 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. a. Where sufficient space in submain and branch ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow for that zone. 2. Remeasure each submain and branch duct after all have been adjusted. Continue to ad- just submain and branch ducts to indicated airflows within specified tolerances. C. Measure terminal outlets and inlets without making adjustments. 1. Measure terminal outlets using a direct -reading hood or outlet manufacturer's written instructions and calculating factors. D. Adjust terminal outlets and inlets for each space to indicated airflows within specified toler- ances of indicated values. Make adjustments using volume dampers rather than extractors and the dampers at air terminals. 1. Adjust each outlet in same room or space to within specified tolerances of indicated quantities without generating noise levels above the limitations prescribed by the Con- tract Documents. 2. Adjust patterns of adjustable outlets for proper distribution without drafts. 3.06 PROCEDURES FOR MOTORS A. Motors, 1/2 HP and Larger: Test at final balanced conditions and record the following data: 1. Manufacturer, model, and serial numbers. 2. Motor horsepower rating. 3. Motor rpm. 4. Efficiency rating. 5. Nameplate and measured voltage, each phase. 6. Nameplate and measured amperage, each phase. 7. Starter thermal -protection -element rating. B. Motors Driven by Variable -Frequency Controllers: Test for proper operation at speeds vary- ing from minimum to maximum. Test the manual bypass for the controller to prove proper operation. Record observations, including controller manufacturer, model and serial num- bers, and nameplate data. 3.07 PROCEDURES FOR CONDENSING UNITS A. Verify proper rotation of fans. Testing, Adjusting, and Balancing 23 05 93 - 7 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. B. Check transmitter and controller locations and note conditions that would adversely affect control functions. C. Record controller settings and note variances between set points and actual measurements. D. Check the operation of limiting controllers (i.e., high- and low -temperature controllers). E. Check free travel and proper operation of control devices such as damper and valve opera- tors. F. Check the sequence of operation of control devices. Note air pressures and device positions and correlate with airflow and water flow measurements. Note the speed of response to input changes. G. Check the interaction of electrically operated switch transducers. H. Check the interaction of interlock and lockout systems. I. Check main control supply -air pressure and observe compressor and dryer operations. J. Record voltages of power supply and controller output. Determine whether the system op- erates on a grounded or nongrounded power supply. K. Note operation of electric actuators using spring return for proper fail-safe operations. 3.11 TOLERANCES A. Set HVAC system airflow and water flow rates within the following tolerances: 1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus 5 to plus 10 percent. 2. Air Outlets and Inlets: plus or minus 5 percent. 3.12 FINAL REPORT A. General: Typewritten, or computer printout in letter -quality font, on standard bond paper, in three-ring binder, tabulated and divided into sections by tested and balanced systems. B. include a certification sheet in front of binder signed and sealed by the certified testing and balancing engineer. 1. Include a list of instruments used for procedures, along with proof of calibration. C. Final Report Contents: In addition to certified field report data, include the following: 1. Fan curves. 2. Manufacturers' test data. Testing, Adjusting, and Balancing 23 05 93 - 9 FTW111O4 — Village Creek WRF Deep Filters 1-20 Mods. d. Face and bypass damper settings at coils. e. Fan drive settings including settings and percentage of maximum pitch diameter. f. Settings for supply -air, static -pressure controller. g. Other system operating conditions that affect performance. E. System Diagrams: Include schematic layouts of air and hydronic distribution systems. Pre- sent each system with single -line diagram and include the following: 1. Quantities of outside, supply, return, and exhaust airflows. 2. Duct, outlet, and inlet sizes. 3. Balancing stations. 4. Position of balancing devices. 3.13 ADDITIONAL TESTS A. Within 90 days of completing TAB, perform additional testing and balancing to verify that balanced conditions are being maintained throughout and to correct unusual conditions. END OF SECTION Testing, Adjusting, and Balancing 23 05 93 -11 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 23 0713 DUCT INSULATION 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes semi -rigid and flexible duct, and breeching insulation; insulating ce- ments; field -applied jackets; accessories and attachments; and sealing compounds. 1.03 SUBMITTALS A. Product Data: Identify thermal conductivity, thickness, and jackets (both factory and field applied, if any), for each type of product indicated. B. Material Test Reports: From a qualified testing agency acceptable to authorities having ju- risdiction indicating, interpreting, and certifying test results for compliance of insulation ma- terials, sealers, attachments, cements, and jackets with requirements indicated. Include dates of tests. C. Installer Certificates: Signed by the Contractor certifying that installers comply with re- quirements. 1.04 QUALITY ASSURANCE A. Fire -Test -Response Characteristics: As determined by testing materials identical to those specified in this Section according to ASTM E 84, by a testing and inspecting agency ac- ceptable to authorities having jurisdiction. Factory label insulation and jacket materials and sealer and cement material containers with appropriate markings of applicable testing and inspecting agency. 1. Insulation Installed Indoors: Flame -spread rating of 25 or less, and smoke -developed rating of 50 or Tess. 1.05 DELIVERY, STORAGE, AND HANDLING A. Packaging: Ship insulation materials in containers marked by manufacturer with appropri- ate ASTM specification designation, type and grade, and maximum use temperature. Duct Insulation 23 07 13 - 1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. B. Bands: 3/4 inch (19 mm) wide, in one of the following materials compatible with jacket: 1. Aluminum: 0.007 inch (0.18 mm) thick. C. Wire: 0.080-inch (2.0-mm), nickel -copper alloy; 0.062-inch (1.6-mm), soft -annealed, stain- less steel. D. Weld -Attached Anchor Pins and Washers: Copper -coated steel pin for capacitor -discharge welding and galvanized speed washer. Pin length sufficient for insulation thickness indicat- ed. 1. Welded Pin Holding Capacity: 100 lb (45 kg) for direct pull perpendicular to the at- tached surface. E. Adhesive -Attached Anchor Pins and Speed Washers: Galvanized steel plate, pin, and washer manufactured for attachment to duct and plenum with adhesive. Pin length sufficient for insulation thickness indicated. 1. Adhesive: Recommended by the anchor pin manufacturer as appropriate for surface temperatures of ducts, plenums, and breechings; and to achieve a holding capacity of 100 lb (45 kg) for direct pull perpendicular to the adhered surface. F. Self -Adhesive Anchor Pins and Speed Washers: Galvanized steel plate, pin, and washer manufactured for attachment to duct and plenum with adhesive. Pin length sufficient for insulation thickness indicated. 2.05 VAPOR RETARDERS A. Mastics: Materials recommended by insulation material manufacturer that are compatible with insulation materials, jackets, and substrates. 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation and other conditions affecting performance of insulation application. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application. 3.03 GENERAL APPLICATION REQUIREMENTS Duct Insulation FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 230713-3 1. Ducts with Vapor Retarders: Overlap insulation facing at seams and seal with vapor - retarder mastic and pressure -sensitive tape having same facing as insulation. Repair punctures, tears, and penetrations with tape or mastic to maintain vapor -retarder seal. 2. Ducts without Vapor Retarders: Overlap insulation facing at seams and secure with outward clinching staples and pressure -sensitive tape having same facing as insulation. O. Interior Wall and Partition Penetrations: Apply insulation continuously through walls and partitions, except fire -rated walls and partitions. 3.04 MINERAL -FIBER INSULATION APPLICATION A. Blanket Applications for Ducts and Plenums: Secure blanket insulation with adhesive and anchor pins and speed washers. 1. Apply adhesives according to manufacturer's recommended coverage rates per square foot, for 100 percent coverage of duct and plenum surfaces. 2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and transi- tions. 3. install anchor pins and speed washers on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a. On duct sides with dimensions 18 inches (450 mm) and smaller, along longitudinal centerline of duct. Space 3 inches (75 mm) maximum from insulation end joints, and 16 inches (400 mm) o.c. b. On duct sides with dimensions larger than 18 inches (450 mm). Space 16 inches (400 mm) o.c. each way, and 3 inches (75 mm) maximum from insulation joints. Apply additional pins and clips to hold insulation tightly against surface at cross bracing. c. Anchor pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not overcompress insulation during installation. 4. Impale insulation over anchors and attach speed washers. 5. Cut excess portion of pins extending beyond speed washers or bend parallel with insula- tion surface. Cover exposed pins and washers with tape matching insulation facing. 6. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches (50 mm) from one edge and one end of insulation segment. Secure laps to adja- cent insulation segment with 1/2-inch (13-mm) staples, 1 inch (25 mm) o.c., and cover with pressure -sensitive tape having same facing as insulation. Duct Insulation FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 230713.5 D. Items Not Insulated: Unless otherwise indicated, do not apply insulation to the following systems, materials, and equipment: 1. Fibrous -glass ducts. 2. Metal ducts with duct liner. 3. Factory -insulated flexible ducts. 4. Factory -insulated plenums, casings, terminal boxes, and filter boxes and sections. 5. Flexible connectors. 6. Vibration -control devices. 7. Testing agency labels and stamps. 8. Nameplates and data plates. 9. Access panels and doors in air -distribution systems. 3.08 INDOOR DUCT APPLICATION SCHEDULE A. Service: Round and rectangular, supply -air ducts, concealed. 1. Material: Mineral -fiber blanket. 2. Thickness: 2 inches (50mm) 3. Number of Layers: One. 4. Field -Applied Jacket: None. 5. Vapor Retarder Required: Yes. B. Service: Round and rectangular, return -air ducts, concealed. 1. Material: Mineral -fiber blanket. No insulation is required if duct is located in a return air plenum. 2. Thickness: 2 inches (50 mm). 3. Number of Layers: One. 4. Field -Applied Jacket: None. 5. Vapor Retarder Required: Yes. C. Service: Round and rectangular, outside -air ducts, concealed. Duct Insulation FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 230713-7 23 07 19 PIPE INSULATION 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes preformed, rigid and flexible pipe insulation; insulating cements; field - applied jackets; accessories and attachments; and sealing compounds. 1.03 SUBMITTALS A. Product Data: Identify thermal conductivity, thickness, and jackets (both factory and field applied, if any), for each type of product indicated. B. Material Test Reports: From a qualified testing agency acceptable to authorities having ju- risdiction indicating, interpreting, and certifying test results for compliance of insulation ma- terials, sealers, attachments, cements, and jackets with requirements indicated. Include dates of tests. C. Installer Certificates: Signed by the Contractor certifying that installers comply with re- quirements. 1.04 QUALITY ASSURANCE A. Fire -Test -Response Characteristics: As determined by testing materials identical to those specified in this Section according to ASTM E 84, by a testing and inspecting agency ac- ceptable to authorities having jurisdiction. Factory label insulation and jacket materials and sealer and cement material containers with appropriate markings of applicable testing and inspecting agency. 1. insulation Installed Indoors: Flame -spread rating of 25 or less, and smoke -developed rating of 50 or less. 2. Insulation Installed Outdoors: Flame -spread rating of 75 or less, and smoke -developed rating of 150 or less. 1.05 DELIVERY, STORAGE, AND HANDLING A. Packaging: Ship insulation materials in containers marked by manufacturer with appropri- ate ASTM specification designation, type and grade, and maximum use temperature. Pipe Insulation 23 07 19 -1 FTW11104 —Village Creek WRF Deep Bed Media Filters Mods. B. Foil and Paper Jacket: Laminated, glass -fiber -reinforced, flame-retardant kraft paper and aluminum foil. C. Aluminum Jacket: Factory cut and rolled to indicated sizes. Comply with ASTM B 209 (ASTM B 209M), 3003 alloy, H-14 temper. D. Aluminum Jacket: Aluminum roll stock, ready for shop or field cutting and forming to indi- cated sizes. Comply with ASTM B 209 (ASTM B 209M), 3003 alloy, H-14 temper. 1. Finish and Thickness: Smooth finish, 0.010 inch (0.25 mm) thick. 2. Finish and Thickness: Painted finish, 0.016 inch (0.40 mm) thick. 3. Moisture Barrier: 1-mil- (0.025-mm-) thick, heat -bonded polyethylene and kraft paper. 4. Elbows: Preformed, 45- and 90-degree, short- and Tong -radius elbows; same material, finish, and thickness as jacket. 2.04 ACCESSORIES AND ATTACHMENTS A. Glass Cloth and Tape: Comply with MIL-C-20079H, Type I for cloth and Type 1I for tape. Woven glass -fiber fabrics, plain weave, presized a minimum of 8 oz./sq. yd. (270 g/sq. m). 1. Tape Width: 4 inches (100 mm). B. Bands: 3/4 inch (19 mm) wide, in one of the following materials compatible with jacket: 1. Stainless Steel: ASTM A 666, Type 304; 0.020 inch (0.5 mm) thick. 2. Aluminum: 0.007 inch (0.18 mm) thick. C. Wire: 0.062-inch (1.6-mm), soft -annealed, stainless steel_ 2.05 VAPOR RETARDERS A. Mastics: Materials recommended by insulation material manufacturer that are compatible with insulation materials, jackets, and substrates. 3.00 EXECUTION 3.01 EXAMINATION A. Examine substrates and conditions for compliance with requirements for installation and other conditions affecting performance of insulation application. B. Proceed with installation only after unsatisfactory conditions have been corrected. Pipe Insulation FTW11104 —Village Creek WRF Deep Bed Media Filters Mods. 230719-3 3. Install insert materials and apply insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by the insulation material manufacturer. 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect the jacket from tear or puncture by the hanger, support, and shield. M. Insulation Terminations: For insulation application where vapor retarders are indicated, ta- per insulation ends. Seal tapered ends with a compound recommended by the insulation material manufacturer to maintain vapor retarder. N. Apply adhesives and mastics at the manufacturer's recommended coverage rate. O. Apply insulation with integral jackets as follows: 1. Pull jacket tight and smooth. 2. Circumferential Joints: Cover with 3-inch- (75-mm-) wide strips, of same material as in- sulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip and spaced 4 inches (100 mm) o.c. 3. Longitudinal Seams: Overlap jacket seams at least 1-1/2 inches (40 mm). Apply insula- tion with longitudinal seams at bottom of pipe. Clean and dry surface to receive self- sealing lap. Staple laps with outward clinching staples along edge at 4 inches (100 mm) o.c. a. Exception: Do not staple longitudinal laps on insulation having a vapor retarder. 4. Vapor -Retarder Mastics: Where vapor retarders are indicated, apply mastic on seams and joints and at ends adjacent to flanges, unions, valves, and fittings. 5. At penetrations in jackets for thermometers and pressure gages, fill and seal voids with vapor -retarder mastic. P. Roof Penetrations: Apply insulation for interior applications to a point even with top of roof flashing. 1. Seal penetrations with vapor -retarder mastic. 2. Apply insulation for exterior applications tightly joined to interior insulation ends. 3. Extend metal jacket of exterior insulation outside roof flashing at least 2 inches (50 mm) below top of roof flashing. 4. Seal metal jacket to roof flashing with vapor -retarder mastic. Q. Exterior Wall Penetrations: For penetrations of below -grade exterior walls, terminate insu- lation flush with mechanical sleeve seal. Seal terminations with vapor -retarder mastic. Pipe Insulation 23 07 19 - 5 FTW111O4 — Village Creek WRF Deep Bed Media Filters Mods. 2. Apply cut segments of pipe and sheet insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. For check valves, fabricate removable sections of insulation arranged to allow access to stainer basket. 3. Apply insulation to flanges as specified for flange insulation application. 4. Secure insulation to valves and specialties and seal seams with manufacturer's recom- mended adhesive. Cement to avoid openings in insulation that will allow passage of air to the pipe surface. 3.05 FIELD -APPLIED JACKET APPLICATION A. Apply metal jacket where indicated, with 2-inch (50-mm) overlap at longitudinal seams and end joints. Overlap longitudinal seams arranged to shed water. Seal end joints with weath- erproof sealant recommended by insulation manufacturer. Secure jacket with stainless - steel bands 12 inches (300 rnm) o.c. and at end joints. 3.06 FINISHES A. Flexible Elastomeric Thermal Insulation: After adhesive has fully cured, apply two coats of the insulation manufacturer's recommended protective coating. B. Color: Final color as selected by Architect/Engineer. Vary first and second coats to allow visual inspection of the completed Work. 3.07 PIPING SYSTEM APPLICATIONS A. Insulation materials and thicknesses are specified in schedules at the end of this Section. B. Items Not Insulated: Unless otherwise indicated, do not apply insulation to the following systems, materials, and equipment: 1. Flexible connectors. 2. Vibration -control devices. 3. Fire -suppression piping. 4. Drainage piping located in crawl spaces, unless otherwise indicated. 5. Below -grade piping, unless otherwise indicated. 6. Chrome -plated pipes and fittings, unless potential for personnel injury. 7. Air chambers, unions, strainers, check valves, plug valves, and flow regulators. Pipe Insulation 23 07 19 - 7 FTW11104 — Village Creek WRF Deep Bed Media Filters Mods. 1. Operating Temperature: 35 to 75 deg F (2 to 24 deg C). 2. Insulation Material Flexible elastomeric. 3. Insulation Thickness: 1/2" thickness for all pipe sizes. 4. Field -Applied Jacket: None 5. Vapor Retarder Required: Yes 6. Finish: Weatherproof adhesive. C. Service: Refrigerant suction and hot -gas piping. 1. Operating Temperature: 35 to 50 deg F (2 to 10 deg C). 2. insulation Material: Flexible elastomeric. 3. Insulation Thickness: Apply the following insulation thicknesses: a. 1" dia. pipe and smaller: 1" thickness b. 1 %" dia. pipe and larger: 1-1/2" thickness 4. Field -Applied Jacket: Aluminum. 5. Vapor Retarder Required: None. 6. Finish: None. END OF SECTION Pipe Insulation FTW111O4 — Village Creek WRF Deep Bed Media Filters Mods. 230719-9 23 23 00 - REFRIGERANT PIPING 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes refrigerant piping used for air-conditioning applications. 1.03 SUBMITTALS A. Product Data: For each type of valve and refrigerant piping specialty indicated. Include pressure drop, based on manufacturer's test data, for thermostatic expansion valves, sole- noid valves, and pressure -regulating valves. B. Shop Drawings: Show layout of refrigerant piping and specialties, including pipe, tube, and fitting sizes, flow capacities, valve arrangements and locations, slopes of horizontal runs, oil traps, double risers, wall and floor penetrations, and equipment connection details. Show interface and spatial relationship between piping and equipment. 1. Refrigerant piping indicated is schematic only. Size piping and design the actual piping layout, including oil traps, double risers, specialties, and pipe and tube sizes, to ensure proper operation and compliance with warranties of connected equipment. C. Field Test Reports: Indicate and interpret test results for compliance with performance re- quirements. D. Maintenance Data: For refrigerant valves and piping specialties to include in maintenance manuals specified in Division 1. 1.04 QUALITY ASSURANCE A. ASHRAE Standard: Comply with ASHRAE 15, "Safety Code for Mechanical Refrigeration." B. ASME Standard: Comply with ASME B31.5, "Refrigeration Piping." C. UL Standard: Provide products complying with UL 207, "Refrigerant -Containing Compo- nents and Accessories, Nonelectrical"; or UL 429, "Electrically Operated Valves." 1.05 COORDINATION Refrigerant Piping 23 23 00 - 1 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. b. Danfoss Electronics, Inc. c. Emerson Electric Company; Alco Controls Div. d. Henry Valve Company. e. Sporlan Valve Company. 2.02 COPPER TUBE AND FITTINGS A. Drawn -Temper Copper Tube: ASTM B 280, Type ACR. B. Annealed -Temper Copper Tube: Type K (ASTM B 88M, Type A). C. Wrought -Copper Fittings: ASME B16.22. D. Wrought -Copper Unions: ASME B16.22. E. Bronze Filler Metals: AWS A5.8, Classification BAg-1 (silver). 2.03 VALVES A. Diaphragm Packless Valves: 500-psig (3450-kPa) working pressure and 275 deg F (135 deg C) working temperature; globe design with straight -through or angle pattern; forged - brass or bronze body and bonnet, phosphor bronze and stainless -steel diaphragms, rising stem and handwheel, stainless -steel spring, nylon seat disc, and with solder -end connec- tions. B. Packed -Angle Valves: 500-psig (3450-kPa) working pressure and 275 deg F (135 deg C) working temperature; forged -brass or bronze body, forged -brass seal caps with copper gas- ket, back seating, rising stem and seat, molded stem packing, and with solder -end connec- tions. C. Check Valves Smaller Than NPS 1 (DN 25): 400-psig (2760-kPa) operating pressure and 285 deg F (141 deg C) operating temperature; cast -brass body, with removable piston, polytetra- fluoroethylene seat, and stainless -steel spring; globe design. Valve shall be straight -through pattern, with solder -end connections. D. Check Valves, NPS 1 (DN 25) and Larger: 400-psig (2760-kPa) operating pressure and 285 deg F (141 deg C) operating temperature; cast -bronze body, with cast -bronze or forged - brass bolted bonnet; floating piston with mechanically retained polytetrafluoroethylene seat disc. Valve shall be straight -through or angle pattern, with solder -end connections. E. Service Valves: 500-psig (3450-kPa) pressure rating; forged -brass body with copper stubs, brass caps, removable valve core, integral ball check valve, and with solder -end connections. F. Solenoid Valves: Comply with AR1 760; 250 deg F (121 deg C) temperature rating and 400- psig (2760-kPa) working pressure; forged brass, with polytetrafluoroethylene valve seat, 2- Refrigerant Piping 23 23 00 - 3 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. E. Mufflers: 500-psig (3450-kPa) operating pressure, welded -steel construction with fusible plug; sized for refrigeration capacity. 2.05 RECEIVERS A. Receivers, 6-1nch (150-mm) Diameter and Smaller: AR1495, UL listed, steel, brazed, 400-psig (2760-kPa) pressure rating, with tappings for inlet, outlet, and pressure relief valve. B. Receivers Larger Than 6-inch (150-mm) Diameter: ARI 495, welded steel, tested and stamped according to ASME Boiler and Pressure Vessel Code: Section VIM; 400-psig (2760- kPa) pressure rating, with tappings for liquid inlet and outlet valves, pressure relief valve, and liquid -level indicator. 2.06 REFRIGERANTS A. ASHRAE 34, R-410a. 3.00 EXECUTION 3.01 PIPING APPLICATIONS A. Aboveground, within Building: Type ACR drawn -copper tubing. B. Belowground for NPS 2 (DN 50) and Smaller: Type K (Type A) annealed -copper tubing. 3.02 VALVE APPLICATIONS A. Install diaphragm packless or packed -angle valves in suction and discharge lines of compres- sor, for gage taps at hot -gas bypass regulators, on each side of strainers. B. Install check valves in compressor discharge lines and in condenser liquid lines on multiple condenser systems, C. Install packed -angle valve in liquid line between receiver shutoff valve and thermostatic ex- pansion valve for system charging. D. Install diaphragm packless or packed -angle valves on each side of strainers and dryers, in liquid and suction lines at evaporators, and elsewhere as indicated. E. Install a full-sized, three -valve bypass around each dryer. F. Install solenoid valves upstream from each expansion valve and hot -gas bypass valve. 1. Install solenoid valves in horizontal lines with coil at top. Refrigerant Piping 23 23 00 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. J. Install flexible connectors at or near compressors where piping configuration does not ab- sorb vibration. 3.04 PIPING INSTALLATION A. Install refrigerant piping according to ASHRAE 15. B. Basic piping installation requirements are specified in Division 23 Section "Basic Mechanical Materials and Methods." C. Install piping as short and direct as possible, with a minimum number of joints, elbows, and fittings. D. Arrange piping to allow inspection and service of compressor and other equipment. Install valves and specialties in accessible locations to allow for service and inspection. E. Install piping with adequate clearance between pipe and adjacent walls and hangers or be- tween pipes for insulation installation. Use sleeves through floors, walls, or ceilings, sized to permit installation of full -thickness insulation. F. Belowground, install copper tubing in protective conduit. Vent conduit outdoors. G. Install copper tubing in rigid or flexible conduit in locations where copper tubing will be ex- posed to mechanical injury. H. Slope refrigerant piping as follows: 1. Install horizontal hot -gas discharge piping with a uniform slope downward away from compressor. 2. Install horizontal suction lines with a uniform slope downward to compressor. 3. Install traps and double risers to entrain oil in vertical runs. 4. Liquid lines may be installed level. I. Install bypass around moisture -liquid indicators in lines larger than NPS 2 (DN 50). J. Install unions to allow removal of solenoid valves, pressure -regulating valves, and expansion valves and at connections to compressors and evaporators. K. When brazing, remove solenoid -valve coils and sight glasses; also remove valve stems, seats, and packing, and accessible internal parts of refrigerant specialties. Do not apply heat near expansion valve bulb. L. Hanger, support, and anchor products are specified in Division 23 Section "Hangers and Supports." M. Install the following pipe attachments: Refrigerant Piping 23 23 00 - 7 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 4. NPS 1-1/2 (DN 40): Maximum span, 108 inches (2700 mm); minimum rod size, 3/8 inch (9.5 mm). 5. NPS 2 (DN 50): Maximum span, 10feet (3 m); minimum rod size, 3/8 inch (9.5 mm). 6. NPS 2-1/2 (RN 65): Maximum span, 11 feet (3.4 m); minimum rod size, 3/8 inch (9.5 mm). 7. NPS 3 (DN 80): Maximum span, 12 feet (3.7 m); minimum rod size, 3/8 inch (9.5 mm). 8. NPS 4 (DN 100): Maximum span, 14 feet (4.3 m); minimum rod size, 1/2 inch (13 mm). P. Support vertical runs at each floor. 3.05 PIPE JOINT CONSTRUCTION A. Braze joints according to Division 23 Section "Basic Mechanical Materials and Methods." B. Fill pipe and fittings with an inert gas (nitrogen or carbon dioxide) during brazing to prevent scale formation. 3.06 FIELD QUALITY CONTROL A. Test and inspect refrigerant piping according to ASME 831.5, Chapter VI. 1. Test refrigerant piping, specialties, and receivers. Isolate compressor, condenser, evap- orator, and safety devices from test pressure. 2. Test high- and low-pressure side piping of each system at not less than the lower of the design pressure or the setting of pressure relief device protecting high and low side of system. a. System shall maintain test pressure at the manifold gage throughout duration of test, b. Test joints and fittings by brushing a small amount of soap and glycerine solution over joint. c. Fill system with nitrogen to raise a test pressure of 150 psig (1035 kPa) or higher as required by authorities having jurisdiction. d. Remake leaking joints using new materials, and retest until satisfactory results are achieved. 3.07 ADJUSTING A. Adjust thermostatic expansion valve to obtain proper evaporator superheat requirements. Refrigerant Piping 23 23 00 - 9 FTW11104 -- Village Creek WRF Deep Filters 1-20 Mods, 23 31 13 METAL DUCTS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes metal ducts for supply, return, outside, and exhaust air -distribution systems in pressure classes from minus 2- to plus 10-inch wg (minus 500 to plus 2500 Pa). Metal ducts include the following: 1. Rectangular ducts and fittings. 1.03 DEFINITIONS A. FRP: Fiberglass -reinforced plastic. B. NUSIG: National Uniform Seismic Installation Guidelines. 1.04 SUBMITTALS A. Field quality -control test reports. 1.05 QUALITY ASSURANCE A. NFPA Compliance: 1. NFPA 90A, "Installation of Air Conditioning and Ventilating Systems." 2, NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." 2.00 PRODUCTS 2.01 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. Metal Ducts 23 31 13 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 3. Galvanized -steel straps attached to aluminum ducts shall have contact surfaces painted with zinc -chromate primer. C. Duct Attachments: Sheet metal screws, blind rivets, or self -tapping metal screws; compati- ble with duct materials. D. Trapeze and Riser Supports: Steel shapes complying with ASTM A 36/A 36M. 1. Supports for Galvanized -Steel Ducts: Galvanized -steel shapes and plates. 2. Supports for Stainless -Steel Ducts: Stainless -steel support materials. 3. Supports for Aluminum Ducts: Aluminum support materials unless materials are elec- trolytically separated from ducts. 2.05 RECTANGULAR DUCT FABRICATION A. Fabricate ducts, elbows, transitions, offsets, branch connections, and other construction ac- cording to SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" and comply- ing with requirements for metal thickness, reinforcing types and intervals, tie -rod applica- tions, and joint types and intervals. 1. Lengths: Fabricate rectangular ducts in lengths appropriate to reinforcement and rigidi- ty class required for pressure class. 2. Deflection: Duct systems shall not exceed deflection limits according to SMACNA's "HVAC Duct Construction Standards --Metal and Flexible." B. Transverse Joints: Prefabricated slide -on joints and components constructed using manu- facturer's guidelines for material thickness, reinforcement size and spacing, and joint rein- forcement. 1. Manufacturers: a. Ductmate industries, Inc. b. Nexus Inc. c. Ward Industries, inc. C. Formed -On Flanges: Construct according to SMACNA's "HVAC Duct Construction Standards- -Metal and Flexible," Figure 1-4, using corner, bolt, cleat, and gasket details. 1. Manufacturers: a. Ductmate Industries, Inc. b. Lockformer. Metal Ducts 23 31 13 - 3 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 1. Sheet Metal Inner Duct Perforations: 3/32-inch (2.4-mm) diameter, with an overall open area of 23 percent. J. Terminate inner ducts with buildouts attached to fire -damper sleeves, dampers, turning vane assemblies, or other devices. Fabricated buildouts (metal hat sections) or other buildout means are optional; when used, secure buildouts to duct walls with bolts, screws, rivets, or welds. 3.00 EXECUTION 3.01 DUCT APPLICATIONS A. Static -Pressure Classes: Unless otherwise indicated, construct ducts according to the follow- ing: 1. Supply Ducts: 1-inch wg (250 Pa) 2. Return Ducts (Negative Pressure): 1-inch wg (250 Pa). B. All ducts shall be aluminum. 3.02 DUCT INSTALLATION A. Construct and install ducts according to SMACNA's "HVAC Duct Construction Standards -- Metal and Flexible," unless otherwise indicated. B. Install ducts with fewest possible joints. C. Install fabricated fittings for changes in directions, size, and shape and for connections. D. Install couplings tight to duct wall surface with a minimum of projections into duct. Secure couplings with sheet metal screws. install screws at intervals of 12 inches (300 mm), with a minimum of 3 screws in each coupling. E. Install ducts, unless otherwise indicated, vertically and horizontally and parallel and perpen- dicular to building lines; avoid diagonal runs. F. Install ducts close to walls, overhead construction, columns, and other structural and per- manent enclosure elements of building. G. Install ducts with a clearance of 1 inch (25 mm), plus allowance for insulation thickness. H. Conceal ducts from view in finished spaces. Do not encase horizontal runs in solid partitions unless specifically indicated. I. Coordinate layout with suspended ceiling, fire- and smoke -control dampers, lighting layouts, and similar finished work. Metal Ducts 23 31 13 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. A. Make connections to equipment with flexible connectors according to Division 23 Section "Duct Accessories." B. Comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexible" for branch, outlet and inlet, and terminal unit connections. 3.06 FIELD QUALITY CONTROL A. Perform the following field tests and inspections according to SMACNA's "HVAC Air Duct Leakage Test Manual" and prepare test reports: 1. Disassemble, reassemble, and seal segments of systems to accommodate leakage test- ing and for compliance with test requirements. 2. Conduct tests at static pressures equal to maximum design pressure of system or sec- tion being tested. If pressure classes are not indicated, test entire system at maximum system design pressure. Do not pressurize systems above maximum design operating pressure. Give seven days' advance notice for testing. 3. Maximum Allowable Leakage: Comply with requirements for Leakage Class 3 for round and flat -oval ducts, Leakage Class 12 for rectangular ducts in pressure classes lower than and equal to 2-inch wg (500 Pa) (both positive and negative pressures), and Leakage Class 6 for pressure classes from 2- to 10-inch wg (500 to 2500 Pa). 4. Remake leaking joints and retest until leakage is equal to or less than maximum allowa- ble. 3.07 CLEANING NEW SYSTEMS A. Mark position of dampers and air -directional mechanical devices before cleaning, and per- form cleaning before air balancing. B. Use service openings, as required, for physical and mechanical entry and for inspection. 1. Create other openings to comply with duct standards. 2. Disconnect flexible ducts as needed for cleaning and inspection. 3. Remove and reinstall ceiling sections to gain access during the cleaning process. C. Vent vacuuming system to the outside. Include filtration to contain debris removed from HVAC systems, and locate exhaust down wind and away from air intakes and other points of entry into building. D. Clean the following metal duct systems by removing surface contaminants and deposits: 1. Air outlets and inlets (registers, grilles, and diffusers). Metal Ducts FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 233113-7 23 33 00 DUCT ACCESSORIES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Manual -volume dampers. 2. Turning vanes. 3. Duct -mounted access doors and panels. 4. Flexible ducts. 5. Flexible connectors. 6. Duct accessory hardware. 1.03 SUBMITTALS A. Product Data: For the following: 1. Manual -volume dampers. 2: Duct -mounted access doors and panels. 3. Flexible ducts. B. Product Certificates: Submit certified test data on dynamic insertion Toss; self -noise power levels; and airflow performance data, static -pressure Toss, dimensions, and weights. 1.04 QUALITY ASSURANCE A. NFPA Compliance: Comply with the following NFPA standards: 1. NFPA 90A, "Installation of Air Conditioning and Ventilating Systems." 2. NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems." Duct Accessories 23 33 00 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. C. Jackshaft: 1-inch- (25-mm-) diameter, stainless steel pipe rotating within a pipe -bearing as- sembly mounted on supports at each mullion and at each end of multiple -damper assem- blies. 1. Length and Number of Mountings: Appropriate to connect linkage of each damper of a multiple -damper assembly. D. Damper Hardware: Zinc -plated, die-cast core with dial and handle made of 3/32-inch- (2.4- mm-) thick zinc -plated steel, and a 3/4-inch (19-mm) hexagon locking nut. Include center hole to suit damper operating -rod size. Include elevated platform for insulated duct mount- ing. 2.03 TURNING VANES A. Fabricate to comply with SMACNA's "HVAC Duct Construction Standards --Metal and Flexi- ble. 11 B. Manufactured Turning Vanes: Fabricate of 1-1/2-inch- (38-mm-) wide, curved blades set 3/4 inch (19 mm) o.c.; support with bars perpendicular to blades set 2 inches (50 rnm) o.c.; and set into side strips suitable for mounting in ducts. C. Acoustic Turning Vanes: Fabricate of airfoil -shaped aluminum extrusions with perforated faces and fibrous -glass fill. 2.04 DUCT -MOUNTED ACCESS DOORS AND PANELS A. General: Fabricate doors and panels airtight and suitable for duct pressure class. B. Frame: Aluminum, with bend -over tabs and foam gaskets. C. Door: Double -wall, aluminum, construction with insulation fill and thickness, and number of hinges and locks as indicated for duct pressure class. Include vision panel where indicated. Include 1-by-1-inch (25-by-25-mm) butt or piano hinge and cam latches. D. Seal around frame attachment to duct and door to frame with neoprene or foam rubber. E. Insulation: 1-inch- (25-mm-) thick, fibrous -glass or polystyrene -foam board. 2.05 FLEXIBLE CONNECTORS A. General: Flame -retarded or noncombustible fabrics, coatings, and adhesives complying with UL 181, Class 1. B. Standard Metal -Edged Connectors: Factory fabricated with a strip of fabric 3-1/2 inches (89 mm) wide attached to 0.032-inch (0.8-mrn) aluminum sheets. C. Extra -Wide Metal -Edged Connectors: Factory fabricated with a strip of fabric 5-3/4 inches (146 mm) wide attached to 0.032-inch (0.8-mm) aluminum sheets. Duct Accessories 23 33 00 - 3 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 3.00 EXECUTION 3.01 INSTALLATION A. Install duct accessories according to applicable details shown in SMACNA's "HVAC Duct Con- struction Standards --Metal and Flexible" for metal ducts. B. Install volume dampers in lined duct; avoid damage to and erosion of duct liner. C. Provide test holes at fan inlet and outlet and elsewhere as indicated. D. Install duct access panels for access to both sides of duct coils. Install duct access panels downstream from volume dampers, fire dampers, turning vanes, and equipment. 1. Install duct access panels to allow access to interior of ducts for cleaning, inspecting, ad- justing, and maintaining accessories and terminal units. 2. Install access panels on side of duct where adequate clearance is available. E. Label access doors according to Division 23 Section "Mechanical Identification." 3.02 ADJUSTING A. Adjust duct accessories for proper settings. B. Final positioning of manual -volume dampers is specified in Division 23 Section "Testing, Ad- justing, and Balancing." END OF SECTION Duct Accessories 23 33 00 - 5 FTW11104.... Village Creek WRF Deep Filters 1-20 Mods. 23 34 23 POWER VENTILATORS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Propeller roof supply fans. 2. Propeller fans. 1.03 PERFORMANCE REQUIREMENTS A. Project Altitude: Base air ratings on sea -level conditions. 1.04 SUBMITTALS A. Product Data: Include rated capacities, furnished specialties, and accessories for each type of product indicated and include the following: 1. Certified fan performance curves with system operating conditions indicated. 2. Certified fan sound -power ratings. 3. Motor ratings and electrical characteristics, plus motor and electrical accessories. 4. Material gages and finishes, including color charts. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, re- quired clearances, method of field assembly, components, and location and size of each field connection. 1. Wiring Diagrams: Power, signal, and control wiring, Differentiate between manufactur- er -installed and field -installed wiring. 2. Design Calculations: Calculate requirements for selecting vibration isolators and seismic restraints and for designing vibration isolation bases. Power Ventilators FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 233423-1 B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Propeller Roof Supply Fans: a. Aerovent; a Twin City Fan Company. b. Breidert Air Products, Inc. c. Carnes Company HVAC. d. Cincinnati Fan & Ventilator Co. e. Cook, Loren Company. f. Greenheck Fan Corp. g. Hartzell Fan, Inc. h. ILG Industries, Inc./American Coolair Corp. i. JennFan; Div. of Breidert Air Products, inc. j. PennBarry 2. Propeller Fans: a. Aerovent; a Twin City Fan Company. b. Breidert Air Products, Inc. c. Carnes Company HVAC. d. Chicago Blower Corp. e. Cincinnati Fan & Ventilator Co. f. Cook, Loren Company. g. Greenheck Fan Corp. h. Hartzell Fan, Inc. i. ILG Industries, Inc./American Coolair Corp. j. iennFan; Div, of Breidert Air Products, Inc. k. PennBarry Power Ventilators 23 34 23 - 3 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 2. Fan Shaft: Turned, ground, and polished steel; keyed to wheel hub. 3. Shaft Bearings: Permanently lubricated, permanently sealed, self -aligning ball bearings. a. Ball -Bearing Rating Life: ABMA 9, L1D of 100,000 hours. 4. Pulleys: Cast iron with split, tapered bushing; dynamically balanced at factory. 5. Motor Pulleys: Adjustable pitch for use with motors through 5 hp; fixed pitch for use with motors larger than 5 hp. Select pulley so pitch adjustment is at the middle of ad- justment range at fan design conditions. 6. Belts: Oil resistant, nonsparking, and nonstatic; matched sets for multiple belt drives. 7. Belt Guards: Fabricate of steel for motors mounted on outside of fan cabinet. E. Accessories: 1. Motor -Side Back Guard: Galvanized steel, complying with OSHA specifications, remova- ble for maintenance. 2. Wall Sleeve: To match fan and accessory size. 3. Disconnect Switch: Nonfusible type, with thermal -overload protection mounted inside fan housing, factory wired through an internal aluminum conduit. 2.04 MOTORS A. Motor Construction: Premium as defined in NEMA MG 1, general purpose, continuous duty, Design B. B. Enclosure Type: Dripproof. 2.05 SOURCE QUALITY CONTROL A. Sound -Power Level Ratings: Comply with AMCA 301, "Methods for Calculating Fan Sound Ratings from Laboratory Test Data." Factory test fans according to AMCA 300, "Reverberant Room Method for Sound Testing of Fans." Label fans with the AMCA-Certified Ratings Seal. B. Fan Performance Ratings: Establish flow rate, pressure, power, air density, speed of rota- tion, and efficiency by factory tests and ratings according to AMCA 210, "Laboratory Meth- ods of Testing Fans for Rating." 3.00 EXECUTION 3.01 INSTALLATION Power Ventilators 23 34 23 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 2. Measure and record motor voltage and amperage. C. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. Remove malfunctioning units, replace with new units, and retest. D. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. E. Refer to Division 23 Section "Testing, Adjusting, and Balancing" for testing, adjusting, and balancing procedures. F. Replace fan and motor pulleys as required to achieve design airflow. G. Repair or replace malfunctioning units. Retest as specified above after repairs or replace- ments are made. 3.04 ADJUSTING A. Adjust belt tension. B. Lubricate bearings. 3.05 CLEANING A. On completion of installation, internally clean fans according to manufacturer's written in- structions. Remove foreign material and construction debris. Vacuum fan wheel and cabi- net. B. After completing system installation, including outlet fitting and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finishes. END OF SECTION Power Ventilators 23 34 23 - 7 FTW11104 —Village Creek WRF Deep Filters 1-20 Mods. 23 37 13 DIFFUSERS, REGISTERS, AND GRILLES 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes ceiling -mounted diffusers, registers, and grilles. 1.03 DEFINITIONS A. Diffuser Circular, square, or rectangular air distribution outlet, generally located in the ceil- ing and comprised of deflecting members discharging supply air in various directions and planes and arranged to promote mixing of primary air with secondary room air. B. Grille: A louvered or perforated covering for an opening in an air passage, which can be lo- cated in a sidewall, ceiling, or floor. C. Register: A combination grille and damper assembly over an air opening. 1.04 SUBMITTALS A. Product Data: For each model indicated, include the following: 1. Data Sheet: For each type of air outlet and inlet, and accessory furnished; indicate con- struction, finish, and mounting details. 2. Performance Data: Include throw and drop, static -pressure drop, and noise ratings for each type of air outlet and inlet. 3. Schedule of diffusers, registers, and grilles indicating drawing designation, room loca- tion, quantity, model number, size, and accessories furnished. 4. Assembly Drawing: For each type of air outlet and inlet; indicate materials and methods of assembly of components. 1.05 QUALITY ASSURANCE A. Product Options: Drawings and schedules indicate specific requirements of diffusers, regis- ters, and grilles and are based on the specific requirements of the systems indicated. Other manufacturers' products with equal performance characteristics may be considered. Refer to Division 1 Sections. B. NFPA Compliance: Install diffusers, registers, and grilles according to NFPA 90A, "Standard for the Installation of Air -Conditioning and Ventilating Systems." 2.00 PRODUCTS Diffusers, Registers, and Grilles 23 37 13 -1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 23 8126 SPLIT -SYSTEM AIR-CONDITIONING UNITS 1.00 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes split -system air-conditioning consisting of separate evaporator -fan and compressor -condenser components. Units are designed for exposed or concealed mount- ing, and may be connected to ducts. B. Provide HVAC protective coatings on all metallic components inside and out. Refer to sec- tion 230563 — "HVAC Protective Coatings." 1.03 DEFINITIONS A. Evaporator -Fan Unit: The part of the split -system air-conditioning unit that contains a coil for cooling and a fan to circulate air to conditioned space. B. Compressor -Condenser Unit: The part of the split -system air-conditioning unit that contains a refrigerant compressor and a coil for condensing refrigerant. 1.04 SUBMITTALS A. Product Data: Include rated capacities; shipping, installed, and operating weights; furnished specialties; and accessories for each type of product indicated. Include performance data in terms of capacities, outlet velocities, static pressures, sound power characteristics, motor requirements, and electrical characteristics. B. Warranties: Special warranties specified in this Section. 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1.06 COORDINATION A. Coordinate size and location of support members for units. Split System Air Conditioning Units 23 8126 - 1 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods. 2. Insulation: Minimum 1" thick rigid fiberglass with anti -microbial coating. 3. Drain Pans: IAQ approved stainless steel or hard plastic, sloped to drain connection. B. Refrigerant Coil: Copper tube, with mechanically bonded aluminum fins, complying with ARI 210/240, and with thermal -expansion valve. C. Condensate disposal: Condensate from all cooling coils and evaporators shall be conveyed from the drain pan outlet to an approved place of disposal. Condensate shall not discharge into a street, alley, sidewalk or other areas so as to cause nuisance. 1. Drain pipe material and sizes: Component of the condensate disposal system shall be schedule 80 PVC pipe or tubing when they are exposed to ultra violet light. When not exposed to ultraviolet light, components of condensate disposal system shall be cast iron, galvanized steel, copper, cross -linked polyethylene, polyeutylene, ABS, CPVC or PVC pipe or tubing. All components shall be selected for the pressure, temperature and exposure rating of installation. Condensate waste and drain line size shall be not less than 3/4-inch (19 mm) internal diameter and shall not decrease in size from the drain pan connection to the place of condensate disposal. Where the drain pipes from the more than one unit are manifolded together for condensate drainage, the pipe or tubing shall be sized in accordance with an approved method. All horizontal sections of drain piping shall be installed in uniform alignment at a uniform slope. D. Auxiliary and secondary drain systems: In addition to the requirement of section 2.02/C, a secondary drain or auxiliary drain pan shall be required for each cooling or evaporator coil or fuel fired appliance that produces condensate, where damage to any building compo- nents will occur as a result of overflow from the equipment drain pan or stoppage in the condensate drain piping. One of the following methods shall be used. 1. An auxiliary drain pan without a separate drain line shall be provided under the coils on which condensate will occur. Such pan shall be equipped with a water level detection device conforming to UL 508 that will shut off the equipment served prior to overflow of pan. The auxiliary drain pan shall be constructed in accordance with Item "a" of this sec- tion. 2. Provide one of the below listed water level detection devices or any equivalent UL508 conforming device: a. Diversitech Wagner's WS-1 Wet Switch Flood Detector (Solid state) b. Solatel LFD-100 Flood Detector (Solid state) c. Rector Seal's Safe-T-Switch model SS3 (Mechanical) d. Madison liquid level switch, Vertical (Mechanical) E. Electric Coil: Helical, nickel -chrome, resistance -wire heating elements with refractory ce- ramic support bushings; automatic -reset thermal cutout; built-in magnetic contactors; man - Split System Air Conditioning Units '23 81 26 - 3 FTW11104—Village Creek WRF Deep Filters 1-20 Mods. 3.00 EXECUTION 3.01 INSTALLATION A. Install units level and plumb. B. Install evaporator -fan components using all -thread rod and vibration isolators securely fas- tened and suspended from the ceiling. C. Install ground -mounted, compressor -condenser components on 4-inch- (100-mm-) thick, re- inforced concrete base; 4 inches (100 mm) larger on each side than unit. Concrete, rein- forcement, and formwork are specified in Division 3. Coordinate anchor installation with concrete base. D. Connect precharged refrigerant tubing to component's quick -connect fittings. Install tubing to allow access to unit. 3.02 CONNECTIONS A. Piping installation requirements are specified in other Division 23 Sections. Drawings indi- cate general arrangement of piping, fittings, and specialties. B. Install piping adjacent to unit to allow service and maintenance. C. Unless otherwise indicated, connect piping with unions and shutoff valves to allow units to be disconnected without draining piping. Refer to piping system Sections for specific valve and specialty arrangements. 3.03 FIELD QUALITY CONTROL A. Installation Inspection: Engage a factory -authorized service representative to inspect field - assembled components and equipment installation, including piping and electrical connec- tions, and to prepare a written report of inspection. B. Leak Test: After installation, charge system and test for Teaks. Repair leaks and retest until no Teaks exist. C. Operational Test: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. Remove malfunctioning units, replace with new compo- nents, and retest. D. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. 3.04 COMMISSIONING A. Engage a factory -authorized service representative to perform startup service. Split System Air Conditioning Units 23 8126 - 5 FTW11104 — Village Creek WRF Deep Filters 1-20 Mods.